Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

S -- Non-hazardous waste disposal services

Notice Date
5/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562212 — Solid Waste Landfill
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416T3106
 
Response Due
5/25/2016
 
Archive Date
6/9/2016
 
Point of Contact
Mshindi Thomas 808-473-7569
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). This requirement was first advertised as Sources Sought Notice N00604BLSTGRT on September 04, 2015. The RFQ number is N00604-16-T-3106. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160510. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 562212 and the Small Business Standard is $38.5 million. This is an other than full and open competition action. The Small Business Office concurs with the set-aside determination. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source, PVT Land Company, Ltd under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAVSUP FLC PH seeks services for non-hazardous waste disposal services in accordance with the Performance Work Statement (PWS) “ Attachment 1. This requirement is subject to the Service Contract Labor Standards and the applicable wage determination number WD-96-0223 Revision 36, dated 12/29/2015 - Attachment 2. Please fill-out and submit the attached quote submission sheet with your quote “ Attachment 3: CLINQUANTITYUNITPERIOD OF PERFORMANCE 0001 1 Group May 31, 2016 - May 30, 2017 Non-Hazardous Waste Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 0002 1 Group May 31, 2016 - May 30, 2017 Services Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 1001 Option Year 1 1 Group May 31, 2017 - May 30, 2018 Non-Hazardous Waste Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 1002 Option Year 1 1 Group May 31, 2017 - May 30, 2018 Services Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 2001 Option Year 2 1 Group May 31, 2018 - May 30, 2019 Non-Hazardous Waste Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 2002 Option Year 2 1 Group May 31, 2018 - May 30, 2019 Services Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 3001 Option Year 3 1 Group May 31, 2019 - May 30, 2020 Non-Hazardous Waste Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 3002 Option Year 3 1 Group May 31, 2019 - May 30, 2020 Services Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 4001 Option Year 4 1 Group May 31, 2020 - May 30 2021 Non-Hazardous Waste Total Amount $____________ CLINQUANTITYUNITPERIOD OF PERFORMANCE 4002 Option Year 4 1 Group May 31, 2020 - May 30 2021 Services Total Amount $____________ Total for base year and four option years $____________ Period of performance will be a base year May 31, 2016 through May 30, 2017 and four (4) 12 month option periods with an additional option to continue services per FAR 52.217-8. The place of performance will be at the contractor ™s facility. Responsibility and Inspection: unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.203-3 Gratuities 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity code Maintenance 52.209- 2 Prohibition on Contracting with Inverted Domestic Corporations -Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial 52.203-6 Restriction on Subcontractor Sales to the Gov ™t 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.216-19 -- Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $150,000.00 (2) Any order for a combination of items in excess of $150,000.00 or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor ™s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-21 -- Requirements. Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government ™s requirements do not result in orders in the quantities described as śestimated ™ ™ or śmaximum ť in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor ™s and Government ™s rights and obligations with respect to that order to the same extent as if the order were completed during the contract ™s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after May 30, 2021. (End of Clause) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 Option to Extend the term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Rerepresentation 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.225.25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits Laborer WG-3502-02 $11.73 - $13.71 Per hour/32.85% 52.222-43 Fair Labor Standards Act-Price Adjustment 52.222-54 Employment Eligibility Verification 52.222-55 Minimum Wages Under Executive Order 13658 52,222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) 52.252-2 Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation. (DEVIATION 2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.205-7000 Provision of Information 252.209-7004 Subcontracting w/Firms ¦ Terrorist Country 252.216-7006 Ordering ORDERING (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from May 31, 2016 through May 30, 2021. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered śissued ť when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered śissued ť when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7048 Export “Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts For Commercial Items 252.247-7023 Transportation of Supplies by Sea Quoters shall include a completed copy of FAR Provisions 52,204-20 Predecessor of Offeror “Attachment 4, 52.209-11 Delinquent Taxes or Felony Conviction “Attachment 5, 52.209-5 Certification Regarding Responsibility Matters “Attachment 6, and 52.209-7 Information Regarding Responsibility Matters- Attachment 7 and 52.212-3Alt I- Reps and Certs- Attachment 8 with quotes. This announcement will close at 8:00 a.m. Hawaii Standard Time on May 25, 2016. Oral communications are not acceptable in response to this notice. All questions should be submitted to mshindi.thomas@navy.mil by 8:00 a.m. Monday morning Hawaii Standard Time on May 23, 2016. The redacted Justification and Approval (J and A) is attached- Attachment 9. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors “ lowest price, determination of responsibility and the following technical factor in accordance with the PWS: The offeror must submit proof of the Solid Waste Management permit issued by the State of Hawaii Department of Health (DOH), and submit proof of the license to operate as a landfill. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3106/listing.html)
 
Record
SN04124734-W 20160522/160520234824-f7a075a2b00262d755a7803a1ccffc03 (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.