SOLICITATION NOTICE
F -- Regulated Waste Removal from DoS Sites in IRAQ - Package #1
- Notice Date
- 1/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA12R0146
- Point of Contact
- Stephen Law,
- E-Mail Address
-
laws2@state.gov
(laws2@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Waste Removal Pricing Statement of Work Combined Synopsis/Solicitation for Regulated Waste Removal from DoS Sites in IRAQ Synopsis: The Department of State (DoS) Contracting Officer has determined that a Basic Ordering Agreement (BOA) may be the most advantageous method for procuring this requirement (See FAR 16.703). A BOA arrangement will involve the below listed requirements: a. The BOA will be written for a period of 5 years and during this period the government is only obligated for actual order purchases made under the BOA. Therefore, the establishment of the BOA does not constitute an order for work, and will not include a minimum or maximum dollar limitation during this five (5) year period. b. The Contracting Officer must approve the price list your company submits prior to establishing the BOA. Anytime during the 5-year period, the contractor can submit a request to increase or decrease its prices. Price lists are valid for a specific period of time, for example, 1 Jan 2012 through 31 Dec 2012. c. This is a combined synopsis/solicitation to establish multiple BOAs that will enable the Department to procure removal and disposal services of regulated waste from various DoS U.S. Mission sites in Iraq to certified regulated waste facilities mandated by the Government of Iraq (GOI). The specific U.S. Mission sites included but are not limited to Regional areas described as follows: a) Northern Region: Erbil and associated sites, Kirkuk, and Tikrit; b) Central Region: Sather, Shield, Besmayah, Union III, Taji, Prosperity, and U.S. Embassy; c) Southern Region: Basrah and Umm Qasar. This combined synopsis solicitation has been prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. This acquisition will use Full and Open Competition under North American Industry Classification System Code. 562211 Size standard is $12,500,000.. The AQM Office of Acquisition Management, U.S. Department of State intends to award approximately six BOAs d. Requirements Contractors must agree to adhere to the requirements of the Attachment A Statement of Work and also provide the following: 1. QUALIFICATION REQUIREMENT: Evidence of license, permits, professional accreditations, other applicable certifications, and proof of insurability, in which authorize your company to pickup, transport and dispose regulated waste in Iraq, 2. Pricing for each waste type provided in Attachment B Pricing. 3. Identify regions and U.S. Mission sites in which Offeror can provide services. 4. Copies of the most recent certificate of acceptance of waste at the regulated waste facility, which documented the waste type, volume, date of pickup and disposal. e. Proposals need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award BOAs resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors as described in d1 through d4 above. The proposal may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Completed Price list 5) Applicable discounts 6) Timeframe that the price list is valid 7) Completed FAR 52.212-3, Representations and Certifications Proposals MUST also contain a complete price list of items offered in Attachment A along with the unit of issuance, which clearly describe what each unit price include. The Contracting Officer will review proposals based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the qualification requirement stated in d1 above. f. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. ATTN: The following Clauses and Provisions apply: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-3, Representations and Certifications The following clauses are incorporated and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jul 2010) FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-CCR DOSAR 652.225-72 - ADDITIONAL CONTRACTOR REQUIREMENTS AND RESPONSIBILITIES RELATING TO ALLEGED OFFENSES BY OR AGAINST CONTRACTOR PERSONNEL IN IRAQ AND AFGHANISTAN (DEVIATION) (JAN 2012) (a) As specified in Section 854 of Public Law 110-417, the Contractor shall report to the appropriate investigative authorities any alleged offenses committed by or against Contractor personnel under the Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, United States Code) or any other applicable U.S. criminal law. (b) The Contractor shall comply with and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal regulations, and Department of State (DOS) Chief of Mission (COM) orders applicable to Contractor personnel, including but not limited to instructions, policies and directives. Contractor employees shall particularly note all laws, regulations, policies and orders prohibiting sexual or aggravated assault. (c) A Contractor employee who engages in an alleged offense may be subject to arrest by law enforcement authorities, removal from the contract, and prosecution in the United States or the local jurisdiction. (d) Contractors who suspect that an employee has committed an offense, or has been the victim of an offense described in paragraph (a), shall immediately notify the following: (1) The DOS Regional Security Officer (RSO) responsible to the COM; (2) The Contracting Officer; (3) The Contracting Officer's Representative; and (4) The DOS Office of the Inspector General (OIG) Hotline via e-mail to oighotline@state.gov specifying either Iraq or Afghanistan in the e-mail subject line. (e) Contractors shall not knowingly facilitate the departure of an employee suspected of committing a serious offense without coordinating with law enforcement authorities. (f) The Contractor will ensure, when an offense is reported or instances where there is reasonable belief an offense has been committed, that all contract employees are aware of their responsibilities to preserve evidence, to the extent possible. (g) The Contractor shall provide to all contractor personnel who will perform work on a contract in Iraq or Afghanistan, before beginning such work, the name and contact information for the Regional Security Officer responsible to the COM, and will inform such contractor personnel that they may seek victim and witness protection and assistance, and may report an alleged offense, by contacting the Regional Security Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0146/listing.html)
- Place of Performance
- Address: The work will be performed in the Country of Iraq, Iraq
- Record
- SN02663500-W 20120201/120130234219-4767b4ec70e1b8ca5fd98cc5442ddd6f (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 |