Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2016 FBO #5158
SOLICITATION NOTICE

F -- MK 50 Lithium Boiler Pickup, Transportation, and Disposal-HAZMAT - N00253-16-T-0033 RFP

Notice Date
1/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
 
ZIP Code
98345-7610
 
Solicitation Number
N00253-16-T-0033
 
Archive Date
4/5/2016
 
Point of Contact
Anita Moosmiller, Phone: 3603158501
 
E-Mail Address
anita.moosmiller@navy.mil
(anita.moosmiller@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit A, CDRL, CLIN 0003 N00253-16-T-0033 Solicitation Naval Undersea Warfare Center, Division Keyport is issuing a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice, for the following commercial service: One time pick-up, transportation, and disposal of twenty one (21) MK 50 Lithium Boilers from Bangor Naval Submarine Base, WA in support of Naval Undersea Warfare Center Division, Keyport. Boilers contain hazardous material, and no detonation or treatment will be conducted on-site. CLIN 0001: MK 50 (Mod 1) Boiler Disposal, QTY 19 CLIN 0002: MK 50 (Mod 2) Boiler Disposal, QTY 2 CLIN 0003: Certificate of Recycle or Disposal. The resultant contract is anticipated to be awarded as a firm-fixed price (FFP) contract. The applicable NAICS code for this requirement is 562211 with a small business standard of $38.5M. The solicitation number issued as a request for proposal (RFP) is N00253-16-T-0033 and is attached to this announcement. This solicitation is for the requirement posted in the Sources Sought notice, N00253-16-R-0001. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the attached solicitation. This procurement will be solicited in accordance with FAR Subpart 13.5, and will utilize Full and Open Competition. Offers will be evaluated on the basis of the lowest price, technically acceptable, past performance acceptable offer. In order to be considered awardable, an offer must be rated "acceptable" in every non-price factor. Offers shall be FOB Destination. All questions regarding this solicitation shall be submitted in writing no later than seven (7) days before the solicitation closing date. Questions received within seven (7) days of the solicitation closing date may not be entertained. Questions shall be submitted via e-mail to: anita.moosmiller@navy.mil. No paper copies will be accepted. Offerors are responsible for downloading their own copy of the RFP and for frequently monitoring the site for any amendments to the RFP. No bidders list will be maintained by this office, and no telephone or fax requests for the RFP package will be accepted. Failure to respond to the RFP and associated amendments if applicable prior to the closing date and time established in the solicitation may render an offer non-responsive and result in rejection. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Offerors are also advised that representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-16-T-0033/listing.html)
 
Record
SN03982898-W 20160107/160105234450-78ad8797698bfc08c03586ff0ac35f24 (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.