SOLICITATION NOTICE
99 -- Waste Water Disposal from Waste Water Holding Tank - Package #1 - Package #2 - Package #4 - Package #4
- Notice Date
- 7/26/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-R-0183
- Archive Date
- 9/12/2017
- Point of Contact
- William Tenz,
- E-Mail Address
-
william.d.tenz.civ@mail.mil
(william.d.tenz.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 0003 - Evaluation Criteria Waste Water Disposal Attachment 0004 - ACC-NJ Local Clauses W15QKN-17-R-0183 Attachment 0001 - Performance Work Statement Waste Water Disposal Attachment 0002 - CDRLs Waste Water Disposal 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 this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W15QKN-17-R-0183 is issued as a Request for Quote (RFP) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This notice is being competed under full and open competition, and the applicable NAICS is 562219, with a small business size standard of $38.5 million dollars. The Government intends to award a single firm fixed price contract as a result of this RFP. The evaluation of proposals shall be conducted utilizing the lowest priced technically acceptable evaluation approach. Selection of a proposal for award will be based on evaluation of proposals in the areas of Technical, Past Performance, and Price with award being made to the offeror whose proposal is the lowest priced and is technically acceptable. Under this evaluation approach, a proposal would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. The Government requirement is to perform removal, transportation, and disposal of non-hazardous waste water and inspection, cleaning, possible repair of waste water holding tank located at Picatinny Arsenal, NJ 07806-5000. The requirement will consist of one (1) base effort, and four (4) additional option years in accordance with the attached Performance Work Statement. All proposals must be submitted in accordance with the RFP, the following attachments: Attachment 0001 - Performance Work Statement Waste Water Disposal, Attachment 0002 - CDRLs Waste Water Disposal, and Attachment 0003 - Evaluation Criteria Waste Water Disposal to be considered for an award. Offerors shall provide firm fixed prices in accordance with the following CLIN structure: CLIN 0001 - Base Effort Requirements $__________. CLIN 0002 - Option Year 1 Performance Requirements $___________. CLIN 0003 - Option Year 2 Performance Requirements $___________. CLIN 0004 - Option Year 3 Performance Requirements $__________. CLIN 0005 - Option Year 4 Performance Requirements $___________. CLIN 0006 - Contractor Manpower Reporting $___________. CLIN 1000 - CDRLs - **Not Separately Priced**. *NOTE: The attached Performance Work Statement contains all performance requirements for each of the above mentioned CLINs to include delivery/period of performance. The following full text provision and FAR clauses apply to the RFP and resultant contract award: 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-8 -- Option to Extend Services (Nov 1999) 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 60 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (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 30 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 five (5) years. (End of Clause) The following FAR provisions and clauses shall apply to the solicitation and resultant contract and are included in the solicitation by reference: FAR provision 52.212-1, Instructions to Offerors - Commercial. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items is incorporated by reference, or vendors may indicate representations and certifications are current and available via the System for Award Management (SAM) at www.sam.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items is applicable to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the additional FAR clauses cited are applicable to this acquisition: 52.203-6 Alt 1, 52.204-10, 52.209-6, 52.203-19, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 42.223-18, 52.232-33, 52.233-3, 52.233-4. The following Federal Acquisition Regulation (FAR), Defense FAR Supplement (DFARS), and ACC-NJ local provisions/clauses are applicable and incorporated by reference: 52.204-7, 52.204-13, 52.204-18, 52.243-1, 52.246-2, 52.246-4, 52.247-34, 252.203-7000, 252.201-7000, 252.204-7002, 252.204-7012, 252.215-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7036, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, 252.247-7023 Alt III, 52.000-4000, 52.000-4002, 52.215-4004, 52.224-4001, 52.233-4000, 52.246-4000, 52.246-4001, and 52.247-4000. 52.252-2 - - Clauses Incorporated by Reference 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): FAR/DFARS - http://farsite.hill.af.mil/vffara.htm ACC-NJ Local Clauses - See attached ACCNJ Local Clauses W15QKN-17-R-0183 PDF. All interested firms must be registered in SAM in order to be considered for a Government contract award. Also, current firms must update their SAM records annually to maintain an active status. Please visit the SAM website to register and update https://www.sam.gov/portal/public/SAM/. All information is to be submitted via email (10MB limit) at no cost or obligation to the Government; information provided will not be returned. Responses shall include DUNS or Cage Code, name of your firm, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email ONLY, no later than August 15, 2017. Quotes must be received NO LATER THAN August 28, 2017, by 3:00PM EST. Questions and quotes shall be directed to the following point of contact: US Army Contracting Command, Attn. William Tenz, ACC-NJ-JA, Bldg. 09, Picatinny, NJ 07806-5000, e-mail: william.d.tenz.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/26f38ea970a2083e5966b2f6932227f7)
- Place of Performance
- Address: Bldg. 809, Picatinny Arsenal, New Jersey, 07806, United States
- Zip Code: 07806
- Zip Code: 07806
- Record
- SN04598674-W 20170728/170726231649-26f38ea970a2083e5966b2f6932227f7 (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 |