Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2011 FBO #3400
SOLICITATION NOTICE

S -- Foriegn Waste disposal - SOW - RFQ

Notice Date
3/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418FRGNWSTE
 
Archive Date
4/9/2011
 
Point of Contact
William R. Harbison, Phone: 843-963-3305, Robert Melton, Phone: 843-963-5157
 
E-Mail Address
william.harbison@us.af.mil, robert.melton.6@us.af.mil
(william.harbison@us.af.mil, robert.melton.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Statement of Work COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603(c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418FRGNWSTE and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 562211 with a size standard of $12,500,000.00. (v) Interested contractors are invited to submit a quote for pickup and disposal of foreign waste at 437 Aerial Port Squadron in accordance with the statement of work on the attached request for quotation/price list form. (vi) The contractor will supply containers and properly dispose of foreign waste at Joint Base Charleston, South Carolina. (See attached statement of work) (vii) This award will be made in the form of a Blanket Purchase Agreement (BPA) with a 5-year period of performance. (viii) The following provisions and clauses are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any agenda to the provision. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. The following factors will be used to evaluate offers in relative order of importance: 1. Past performance-the government will consider suppliers whos past performance has shown them to be dependable, who offer quality supplies and services at consitently lower prices, and who have provided numerous purchases at or below the simplified acquistition threshold.2. Price- the government will evaluate the total price of the offer. (x) FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The offeror shall supply a completed copy with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2010) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010), FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor ( JUN 2003); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010), FAR 52.222-21 Prohibition Of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (MAR 2007), FAR 52.222-36 Affirmative Action's for Workers with Disabilities (JUN 1998), FAR 52.222-41 Service Contract Act Of 1965 (NOV 2007), (WD 2005-2473 Rev 12), FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-36 Payment by Third Party (FEB 2010), FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option) (SEP 2009), DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009), DFARS 252.225-7036 Alt I, Buy American Act-Free Trade Agreements--Balance of Payments Program Alt I (Dec 2010), DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Alt III (May 2002) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the Provisions of 5 U.S.C. 5341 or 5332. 5352.201-9101 Ombudsman (AUG 2005) (IAW 5301-9103), complete paragraph (c) as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail Michael.jackson@scott.af.mil. (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 25 Mar 2011 no later than 11:00 AM Eastern Standard Time. Requests should be marked with solicitation number FA4418FRGNWSTE. (xvi) Address questions to A1C William Harbison, Contract Specialist, Phone (843) 963-3305, email william.harbison@us.af.mil For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418FRGNWSTE/listing.html)
 
Place of Performance
Address: 437 APS/TRX, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02400739-W 20110317/110315234442-9cb5af9e60eb6af7cafe7fbbbbc15f67 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.