SOLICITATION NOTICE
M -- Agricultural Waste Pickup & Disposal - SOW
- Notice Date
- 7/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- 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
- 78564
- Archive Date
- 7/23/2014
- Point of Contact
- David Banks,
- E-Mail Address
-
David.M.Banks@dhs.gov
(David.M.Banks@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Statement of Work (SOW) (1) 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) The solicitation number is 78564 and is issued as a request for quote (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998. (3) This procurement shall be full and open competition. All qualified, responsible sources may submit an offer that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. (4) U. S. Customs and Border Protection (CBP) anticipates awarding a five (5) year Blanket Purchase Agreement (BPA) with an interested vendor for the removal, transportation, treatment and disposal of agriculture waste that is regulated by the Department of Homeland Security (DHS) under the authority of the Animal and Plant Health Inspections Service (APHIS). Continuation of the agreement each year beyond the first year shall be dependent on availability of funds. Period of performance for the first 12 months shall begin from the date of award. Each of the additional four (4) years beyond that shall depend on availability of funds. Vendors submitting a quote must possess or obtain APHIS approval to handle, haul, and dispose of regulated garbage removed from means of conveyances arriving from outside the United States before award. All requirements can be found in the Statement of Work (SOW). (5) The Government anticipates awarding a Blanket Purchase Agreement (BPA) resulting from this combined synopsis/solicitation to the responsible offeror whose offer is determined the lowest priced technically acceptable. Technically acceptable can include but is not limited to price, past performance, and technical capability. Vendors shall submit along with pricing their technical capability to meet the equirements of the SOW to include all certifications. Vendors shall also forward the attached past performance evaluation sheet to at least 3 companies they have provided the same type of service for currently or in the past. Vendors shall follow up with those companies to ensure the evaluations were completed and forwarded to the CBP point of contact listed on the form. All quotations shall include: 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 All locations and requirements can be found in the attached Statement of Work (SOW). The contractor shall be responsible for providing all labor, equipment, personnel, licenses, permits, supplies and supervision. Unless otherwise specified in the contract, purchase order, or other documents the contractor is responsible for the performance of all inspection requirements and Quality Control (QC). It is required that all contractors submitting a quote review the attached STATEMENT OF WORK to review all requirements and locations. All contractors submitting a quote shall meet the requirements found in the STATEMENT OF WORK. Awardee must be registered in the System for Award Management (SAM) at www.sam.gov. Award cannot be made to a vendor without being registered in SAM. (6) The DHS, Customs and Border Protection require pricing for the following items based on all requirements found in the STATEMENT OF WORK: Year 1 Location Quantity Unit Price (EA) Total Price Champlain NY 24 $ $ Lewiston NY 10 $ $ Buffalo NY 10 $ $ Total $ Year 2 Location Quantity Unit Price (EA) Total Price Champlain NY 24 $ $ Lewiston NY 10 $ $ Buffalo NY 10 $ $ Total $ Year 3 Location Quantity Unit Price (EA) Total Price Champlain NY 24 $ $ Lewiston NY 10 $ $ Buffalo NY 10 $ $ Total $ Year 4 Location Quantity Unit Price (EA) Total Price Champlain NY 24 $ $ Lewiston NY 10 $ $ Buffalo NY 10 $ $ Total $ Year 5 Location Quantity Unit Price (EA) Total Price Champlain NY 24 $ $ Lewiston NY 10 $ $ Buffalo NY 10 $ $ Total $ Note: Quantities will fluctuate. Please review SOW requirements before submitting quote. (7) Contractors shall submit a quote for each of the above stated line items with each line item priced individually. Quotes along with all other requirements must be emailed to David Banks at david.m.banks@dhs.gov prior to the closing date listed in the announcement. (8) CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the contract executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. No changes to the statement of work, contract terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. (9) The Service Contract Act (SCA) Wage Determinations (WD) below are applicable to this requirement. The complete WDs can be accessed via the website below: WD 2005-2371 Rev 15 - For services performed in Erie (Buffalo) & Niagara (Lewiston) counties. WD 2005-2377 Rev 12 - For services performed in Clinton (Champlain) county. http://www.wdol.gov/sca.aspx (10) Continuation of the BPA beyond the first year shall be based on availability of fiscal year funds. (11) The following provisions and clauses apply to this acquisition: (a) FAR 52.212-1, Instructions to Offerors - Commercial Items. (b) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offerors must complete the Representations and Certifications in the System for Award Management (SAM) when registering at www.sam.gov. (c) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (d) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following clauses in paragraph (b), (c); 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.239-1, 52.222-41, & 52.222-43. (e) The following additional FAR & HSAR Clauses apply to this procurement: 52.204-7 System for Award Management; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.219-28 Post-Award Small Business Program Representation; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.232-18 Availability Of Funds; 52.232-25 Prompt Payment; 52.233-1 Disputes; 52.233-3, Protest After Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.242-15 Stop Work Order; 52.249-1 Termination For Convenience Of The Government; 52.252-2 Clauses Incorporated by Reference; 3052.204-71 Contractor Employee Access & 3052.242-72 Contracting Officer Representative. (12) Full Text of referenced FAR & HSAR Clauses may be accessed electronically at http://www.acquisition.gov/far / http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/78564/listing.html)
- Place of Performance
- Address: See SOW for the full addresses of the below 3 identified New York locations., Champlain NY, Lewiston NY, Buffalo NY, United States
- Record
- SN03411427-W 20140703/140702001513-3f597debda6f58b5eda98d7dac3c548a (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 |