SOLICITATION NOTICE
S -- APHIS regulated garbage incineration services - (Draft)
- Notice Date
- 5/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562213
— Solid Waste Combustors and Incinerators
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
- ZIP Code
- 46278
- Solicitation Number
- HSBP1014Q0087
- Archive Date
- 6/20/2014
- Point of Contact
- Brent M Weiand,
- E-Mail Address
-
brent.weiand@dhs.gov
(brent.weiand@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote (form 1449) with Provisions and Clauses Wage Determination Pricing Quote Form Statement of Work (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. (2) The solicitation number is HSBP1014Q0087 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-73, effective April 23, 2014. (3) This requirement is not being set-aside and shall be considered for full and open competition (market research shows a lack of small business' available within the geographic region for the associated NAICS code that provide the work specific to the requirement). The associated NAICS code for this requirement is 562213 with a small business size of $35.5 million. (4) The Department of Homeland Security (DHS), U.S. Customs and Border Protections (CBP) intends to issue a purchase order for APHIS regulated garbage incineration services that include the providing of proper storage containers, pick up and transportation of Animal and Plant Health Inspection Service (APHIS) regulated garbage, and incineration of the APHIS Regulated Garbage in accordance with the attached Statement of Work (SOW). It is required that all contractors review the attached SOW and all the requirements in the SOW, and that the vendor ensures they are willing and capable of performing all the required work prior to submitting a quote. (5) The period of performance of this order is to be for One (1) year with no options and award is anticipated to be on or before 01 July 2014. (6) The Service Contract Act (SCA) shall be applicable to this requirement; all workers providing services under the awarded contract shall be paid prevailing wages in accordance with the attached SCA Wage Determination (WD) 2005-2057. (7) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (See attached Provisions and Clauses) (8) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (See attached Provisions and Clauses) (9) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition (See attached Provisions and Clauses). (10) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and some of the additional FAR clauses cited in the clause are applicable to the acquisition. (See attached Provisions and Clauses) (11) This solicitation requires registration with the System for Award Management (SAM), and Online Representations and Certifications Application (ORCA) completed prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov (12) QUOTATION SUBMISSION REQUIREMENTS: The vendor shall submit electronic copies of the quotation via email to brent.weiand@dhs.gov NLT 05 June 2014 at 11:59 AM Eastern Time. All questions concerning this requirement must be submitted via email to brent.weiand@dhs.gov. All questions must be submitted NLT 03 June 2014 at Noon Eastern Time. All quotations shall include: (a) Cover Sheet: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. Contact Name D. Contact Email Address E. Contact Phone Number F. Contact Fax Number G. Complete Business Mailing Address Please ensure that your firm is registered in SAM (http://www.sam.gov). (b) Price Quote: See Attached price quote form and submit accordingly NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY QUOTATION DEVELOPMENT COSTS RELATED TO THIS SOLICITATION. (c) Past Performance: Each vendor shall complete and submit summaries for not more than three (3) relevant projects. Relevant projects are those that are similar to those requested in this contract. All references should be either ongoing or completed within the last three years. The relevant projects summaries shall include the following information not to exceed one (1) page for each project (total page limit not to exceed 3 pages): 1. Project Name 2. Date of Contract 3. Type of Contract 4. Dollar Value of Contract 5. Period of Performance 6. Description of services provided 7. Name, email and telephone numbers for points of contact (include Program Manager, Contracting Officer and/or the Contracting Officer Representative) 8. Describe the relevance to the current requirement being solicited; Contact information must be current. Vendors are responsible for ensuring that the telephone numbers provided for the customer's representative indicated on each Project Summary are accurate and that the representative is aware that the U.S. Customs and Border Protection Procurement Office may be contacting them regarding the vendor's past performance. Vendors must either provide the above information or affirmatively state that it possesses no relevant, directly related, or similar past performance. If no past performance references are submitted, then a rating of neutral will be assigned. The CO reserves the right to consider past performance information that is obtained from additional sources. (d) Other Documents In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions shall be sent in the same email as the submitted quotation. (13) ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS: Vendors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW and this RFQ. If not noted in this section of your quotation, it will be assumed that the vendor proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. (14) Award Criteria - An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs, whichever is applicable to the buy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1014Q0087/listing.html)
- Place of Performance
- Address: SEE STATEMENT OF WORK, California, United States
- Record
- SN03372757-W 20140523/140521234816-8bfe6160e2e7f12d26ba9e97158850d8 (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 |