Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
MODIFICATION

F -- OPTION - Fuel Farm Hazardous Waste Pick-up and Disposal

Notice Date
9/22/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
NAVSUP FLC San Diego, San Diego, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N0024417Q0217
 
Response Due
9/25/2017
 
Archive Date
3/24/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0024417Q0217 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562112 with a small business size standard of $38.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-25 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/01/2017 - 09/30/2018 LI 001: Fuel Tank - oily liquids/waste removal and transfer of up to 2,000 gallons per visit. Up to 4 visits per year. To be performed in accordance with the Performance Work Statement., 4, Quarter (Time); Option 1 Period of Performance: 10/01/2018 - 09/30/2019 LI 001: Fuel Tank - oily liquids/waste removal and transfer of up to 2,000 gallons per visit. Up to 4 visits per year. To be performed in accordance with the Performance Work Statement., 4, Quarter (Time); Option 2 Period of Performance: 10/01/2019 - 09/30/2020 LI 001: Fuel Tank - oily liquids/waste removal and transfer of up to 2,000 gallons per visit. Up to 4 visits per year. To be performed in accordance with the Performance Work Statement., 4, Quarter (Time); Option 3 Period of Performance: 10/01/2020 - 09/30/2021 LI 001: Fuel Tank - oily liquids/waste removal and transfer of up to 2,000 gallons per visit. Up to 4 visits per year. To be performed in accordance with the Performance Work Statement., 4, Quarterly (Time); Option 4 Period of Performance: 10/01/2021 - 09/30/2022 LI 001: Fuel Tank - oily liquids/waste removal and transfer of up to 2,000 gallons per visit. Up to 4 visits per year. To be performed in accordance with the Performance Work Statement., 4, Quarter (Time); Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 562112 and the Small Business Standard is 38.5M. No partial completion of the work is permitted. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Evaluation - Commercial Items. This requirement will be evaluated on a Lowest Priced Technically Acceptable (LPTA) Basis. To be determined "technically Acceptable" offeror must supply the the following information IN ADDITION TO PRICE QUOTE: 1.) Contractor shall provide Evidence of Active EPA Identification Number. Contractor shall submit a copy of the applicable permit. 2.) Contractor shall provide evidence of California ID number. Contractor shall submit a copy of the applicable permit. 3.) Contractor shall provide two Past Performance references of same or similar services provided within the past three years. This shall include: contract number (if DoD), Point of Contact, location/address of services performed, and total value of services. 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ”Representation 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation & First -Tier Subcontract 52.204-19Incorporation by Reference of Representations and Certifications 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors 52.212-3Offeror Representation & Certification - Commercial Items 52.212-4 Contract Terms and Conditions ”Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ”Commercial Items (Deviation 2013-o0019) (Dec 2015) 52.213-2Invoices 52.217-8Option to Extend Services 52.217-9Option to Extend the Term of the Contract 52.219-6Notice Of Total Small Business Set Aside 52.219-28Post-Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor “ Cooperation w/Authorities & Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers with Disabilities 52.222-41Service Contract Labor Standards 52.222-42Statement of Equivalent Rates for Federal Hires 52.222-50Combating Trafficking In Persons 52.222-55Minimum Wages Under Executive Order 13658 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-3Hazardous Material Identification and Material Safety Data 52.223-5 Pollution Prevention and Right-to-Know Information 52.232-18Availability Of Funds 52.232-36Payment by Third Party 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.239-1Privacy of Security Safeguards 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated By Reference 52.252-6Authorized Deviations in Clauses 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7009Limitations on the Use or Disclosure Of Third Party Contractor 252.204-7011Alternative Line Item Structure 252.204-7015Notice of Authorized Disclosure of Information For Litigation Support 252.213-7000Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System ”Statistical Reporting 252.223-7001Hazard Warning Labels 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts For Commercial Items 252.247-7023Transportation of Supplies by Sea (APR 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024417Q0217/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04690394-W 20170924/170922231240-3b0c11837c456ed1758904b22ac79d29 (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.