SOLICITATION NOTICE
99 -- Incineration/Document Destruction
- Notice Date
- 1/13/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562213
— Solid Waste Combustors and Incinerators
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK14T0341
- Response Due
- 1/24/2014
- Archive Date
- 3/14/2014
- Point of Contact
- Charlene McMillan, 4438614747
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(charlene.mcmillan@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-14-T-0341. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-72. This requirement is for document removal and destruction services. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 562213 and the Business Size Standard is $7.0 million. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 562213 and the Business Size Standard is $35.5M. The Government contemplates award of a Firm-Fixed Price contract, Lowest Price Technically Acceptable. Description of Requirement: Provide for incineration/destruction services of classified and sensitive information. Waste material will consist of paper product, film, X-rays, videotapes, computer media, typewriter ribbons and other associated media storage and briefing material. Rubbish or routine trash shall not be included. Please see the attached Statement of Work for complete requirement description. ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (June 2013) ACC-APG 5152.237-4900 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Aberdeen Test Center via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's Contractor Manpower Reporting website. The following provisions and clauses will be incorporated by reference: FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2, Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the vendor to provide the service which will meet the Government's requirement; The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) basis. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items FAR 52. 212-4 Contract Terms and Conditions Commercial Items. FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.223-11 Ozone Depleting Substances FAR 52.247-34 FOB Destination FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: FAR 52.203-3 Gratuities DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7003 Agency Office of the Inspector General DFARS 252.225-7001 Buy America and Balance of Payment Program DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals DFARS 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings DFARS 252.225-7021 Trade Agreements DFARS 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program DFARS 252.227-7015 Technical Data-Commercial Items DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable DFARS 252.225-7038 Restriction on Acquisition of Air Circuit Breakers DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252-247-7023 Transportation of Supplies by Sea DFARS 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. ALL QUESTIONS MUST BE SUBMITTED no later than 21 Jan 2014 at 09:00 AM EST. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 5:00 PM EST 24 Jan, 2014 via email to SSG Rogelio Ordway, rogelio.d.ordway.mil@mail.mil located at the US Army Contracting Command, Aberdeen Proving Ground, Tenant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD 21005-1846. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award may be considered but cannot receive an award unless registered by the time the award decision is made. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning the Request for Proposal contact SSG Rogelio Ordway, via email at rogelio.d.ordway.mil@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bcbd30f898372d3b884b43d4d97398d7)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03266143-W 20140115/140113235229-bcbd30f898372d3b884b43d4d97398d7 (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 |