SOLICITATION NOTICE
F -- Hazardous Waste Removal - Bid Schedule - 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS - Wage Determinations
- Notice Date
- 9/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- DTSL55-16-P-0059
- Archive Date
- 10/7/2016
- Point of Contact
- Jason C. Brockway, Phone: 3157643252, Patricia L. White, Phone: (315) 764-3236
- E-Mail Address
-
jason.brockway@dot.gov, patricia.white@dot.gov
(jason.brockway@dot.gov, patricia.white@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determinations 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS Bid Schedule. Please fill out pricing for each year and return one copy with your proposal. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number DTSL55-16-P-0059 is issued as a request for proposal. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The applicable NAICS code is 562112 and the size standard is $38,500,000. Overview Services to sample, test, pump out, transport and dispose and/or recycle hazardous, universal and non-hazardous solid and liquid wastes, such as solvents, paints, and waste blast grit, asbestos-containing wastes, used oil, used absorbents, PPE and antifreeze. The Contractor shall assist the SLSDC with its requirements for developing and implementing Waste Management Activities for removal, transportation, storage, and treatment of our hazardous waste streams in accordance with the DOT Safety Management Systems and ISO 14001/OHSAS 18001 standards. SLSDC intends to award Firm-Fixed-Price Single Award Blanket Purchase Agreement for a base period of October 1, 2016 through September 30, 2017, with four option periods. The option periods will be: Option Year 1 - October 1, 2017 through September 30, 2018 Option Year 2 - October 1, 2018 through September 30, 2019 Option Year 3 - October 1, 2019 through September 30, 2020 Option Year 4 - October 1, 2020 through September 30, 2021 *There is no minimum order guarantee. Submittals : All offerors must submit a capabilities statement, to include: 1. Core competencies 2. Past performance 3. Corporate data 4. Contact information 5. All other information required in the evaluation criteria. "Certificates of Insurance" shall be submitted with your quote and prior to beginning work The Contractor shall furnish all licenses and permits before commencement of services. All permits and licenses required by law are the sole responsibility of the Contractor. Place of Performance: These wastes are generated and stored at the Corporation's Maintenance Facility at 251 Fregoe Road, Massena, New York. EPA ID No. NYR000141465. Manadatory Requirments: The Contractor shall be fully licensed and registered with the Environmental Protection Agency (EPA) and the New York State Department of Environmental Conservation (NYDEC), and must be fully authorized by these agencies to handle, transport and recycle hazardous waste materials. All permits and licenses required by law are the sole responsibility of the Contractor. Initial Site Visit : Due to the unique nature of the project scope, schedule and general conditions, prospective offerors have the option to visit Corporation Facilities to determine the extent of work required. A site visit will be conducted at 1:00 p.m. on Thursday, September 15, 2016. Arrangements for site visits must be made with the Office of Contracting, phone 315-764-3252 (no collect calls). The site visit is solely for information and planning purposes. Offerors are advised that the U.S. Government will not pay any cost incurred in attending the site visit. All costs associated with attending the site visit will be solely at the responding party's expense. * Note: • There is a forklift available for loading the material onto the truck; • A full size tractor-trailer can access the loading dock area Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items(APRIL 2014) applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. 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 factors in (a) (b) and (c) of the provision shall be used to evaluate offers and are included in paragraph are as follows: a) The Government will award a Firm-Fixed-Price Single Award Blanket Purchase Agreement (BPA), resulting from this solicitation to the responsible offeror whose proposal 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: 1. Price/Cost (60%) 2. Technical Capability (25%) 4. Past Performance (15%) Price reasonableness will be determined by competition and compared with the Independent Government Cost Estimate (IGCE) and historical prices paid. For the purposes of evaluating the price, the SLSDC shall add the total price for all options to the total price of the basic requirement. Evaluation of options will not obligate the SLSDC to exercise the option(s). Price carries the most weight, however all evaluation factors other than cost or price, when combined, are less important than cost or price. * Please provide pricing in the schedule attached for each year. (b) Award will be made on the basis of the score assigned to each quote by the Source Selection Authority. As prescribed in FAR15.101-1 -- Tradeoff Process. (c) A written notice of award signed by both parties furnished to the offeror within the time for acceptance specified in the proposal shall result in a binding contract. Before the offer's specified expiration time, the Government may accept a proposal, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government expects to make an award without discussions. This procurement is subject to the Service contract act and the Wage determinations are provided as an attachment. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014). The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-14 Service Contract Reporting Requirements, 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts, 52.219-6 Notice of Small Business Set Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment(Multiple Year and Option Contracts). Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.222-41 Service Contract Labor Standards (MAY 2014), 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Sep 2013), 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007), 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.245-1 Government Property (APR 2012), 52.245-9 Use and Charges (APR 2012). The Following FAR Clauses are also required in full text: 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. 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 Ten(10) days of the expiration date of the contract 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 five days before the contract expires ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 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 60 months. 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Material Handler $18.50 $6.03 Motor Vehicle Operator $19.57 $6.38 Response date for receipt of proposals is by 4:30 pm EST, 09/22/2016. Proposals shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to jason.brockway@dot.gov. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-16-P-0059/listing.html)
- Place of Performance
- Address: Saint Lawrence Seaway Development Corporation, 251 Fregoe Road, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN04265785-W 20160911/160911093344-6b31b9f81bd80aa31b367b1969616299 (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 |