Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2019 FBO #6476
SOLICITATION NOTICE

F -- Hazardous Substance Removal, Cleanup and Disposal Services

Notice Date
8/15/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
32212
 
Solicitation Number
N6883619Q0222
 
Response Due
8/22/2019
 
Archive Date
9/30/2019
 
Point of Contact
904-542-1268
 
Small Business Set-Aside
Total Small Business
 
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 (http://www.neco.navy.mil/). DESCRIPTION The RFQ number is N6883619Q0222 this solicitation documents and incorporates provisions and clauses. 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. This acquisition is set-aside 100 % for SMALL BUSINESS to include: Small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The NAICS code is 562211- Hazardous Waste Treatment and Disposal with a Federal Supply Class (FSC) of F108 Hazardous Substance Removal, Cleanup and Disposal Services the Small Business Size Standard is $38.5 million. Description/Scope of Work: See the attached Performance Work Statement (PWS). This solicitation will be no cost type contract. Disposition of the used oil is at the Contractor s discretion to derive income at no cost to the Government. This announcement will close at 0800 A.M. EST on August 22, 2019. Contact Carla Page via email carla.page@navy.mil using subject line: RFQ N6883619Q0222 USE OIL COLLECTION AND DISPOSITION. This notice of intent is a request for competitive offeror. However, the Government will consider all Offeror s received by the closing response date. The office of Small Business concurs with the decision. The NAVAL SUPPLY (NAVSUP), FLEET LOGISTICS CENTER (FLC) JACKSONVILLE, FLORIDA requests response from qualified sources capable of providing: USED OIL COLLECTION AND DISPOSITION Item No. Supplies/Services Qty. Unit of Issue Unit of Price Total Price 0001 Base Period: The Contractor shall provide Oil Collection and Disposition Service to include as follows: pre-collection testing, collection and/or consolidation with the Contractor assuming responsibility for all applicable Federal, State and Local regulations including, but not limited to, those listed in Appendix C to meet the requirements of this Performance Work Statement (PWS). During the term of this contract. Disposition of the used oil is at the Contractor s discretion to derive income at no cost to the Government. 12 Months N/A N/A 1001 Option Period I: The Contractor shall provide Oil Collection and Disposition Service to include as follows: pre-collection testing, collection and/or consolidation with the Contractor assuming responsibility for all applicable Federal, State and Local regulations including, but not limited to, those listed in Appendix C to meet the requirements of this Performance Work Statement (PWS). During the term of this contract. Disposition of the used oil is at the Contractor s discretion to derive income at no cost to the Government. 12 Months N/A N/A 2001 Option Period II: The Contractor shall provide Oil Collection and Disposition Service to include as follows: pre-collection testing, collection and/or consolidation with the Contractor assuming responsibility for all applicable Federal, State and Local regulations including, but not limited to, those listed in Appendix C to meet the requirements of this Performance Work Statement (PWS). During the term of this contract. Disposition of the used oil is at the Contractor s discretion to derive income at no cost to the Government. 12 Months N/A N/A 3001 Option Period III: The Contractor shall provide Oil Collection and Disposition Service to include as follows: pre-collection testing, collection and/or consolidation with the Contractor assuming responsibility for all applicable Federal, State and Local regulations including, but not limited to, those listed in Appendix C to meet the requirements of this Performance Work Statement (PWS). During the term of this contract. Disposition of the used oil is at the Contractor s discretion to derive income at no cost to the Government. 12 Months N/A N/A 4001 6 Months extension: The Contractor shall provide Oil Collection and Disposition Service to include as follows: pre-collection testing, collection and/or consolidation with the Contractor assuming responsibility for all applicable Federal, State and Local regulations including, but not limited to, those listed in Appendix C to meet the requirements of this Performance Work Statement (PWS). During the term of this contract. Disposition of the used oil is at the Contractor s discretion to derive income at no cost to the Government. 6 Months N/A N/A Place of Performance: See PWS on various locations. The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-18 Cage Maintenance (July 2016) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation (Dec 2014) 52.212-1 Instructions to Offeror s - Commercial Items 52.217-5 Evaluation of Options. 52.219-28 Post Award Small Business Program Representations 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business. 52.233-3 Protest after Award 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.239-1 Privacy or Security Safeguards. 52.247-34 F.O.B. Destination. Quote s shall include a completed copy of 52.212-3 and its ALT I with quotes. 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 Requirements to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b) 252.204-7004 alternate A, System for Award Management, as prescribed in DFARS 204.1105 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003Item Identification and Valuation (March 2016) 252.213-7000 Notice to Prospective Suppliers on the Use of PPIRS-SR in Past Performance Evaluations JUN 2015 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.243-7001 Pricing of Contract Modifications, as prescribed in DFARS 243.205-70 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b) (1) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/7e118629f39a7190ea5f2a66428c73f3)
 
Place of Performance
Address: N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL, Jacksonville, FL
Zip Code: 32122
Country: US
 
Record
SN05406934-F 20190817/190815230056 (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.