Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
SOLICITATION NOTICE

F -- Hazardous Waste Blanket Purchase Agreement

Notice Date
6/2/2020 5:28:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
6923G5 ST LAWRENCE SWY DEV. CORP. MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G520Q0999
 
Response Due
6/16/2020 10:00:00 AM
 
Archive Date
07/01/2020
 
Point of Contact
Jason C. Brockway, Phone: 3157643252
 
E-Mail Address
jason.brockway@dot.gov
(jason.brockway@dot.gov)
 
Description
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 is 6923G520Q0999 and the solicitation is issued as a request for�quotation (RFQ). SCOPE OF WORK Background Information:� The Saint Lawrence Seaway Development Corporation (SLSDC) is a wholly-owned U.S. Government corporation within the U.S. Department of Transportation. The SLSDC operates and maintains the Eisenhower and Snell Locks located in Massena, New York. Scope of Work: The awarded contractor (Contractor) shall manifest, transport and dispose and/or recycle hazardous, non-hazardous, universal waste, solid waste and liquid waste (herein all referred to as wastes) generated at by SLSDC. The Contractor shall comply with all Federal, State, and local requirements to handle, transport and dispose and/or recycle these wastes. The Contractor is responsible for all required permits and licenses to handle, transport and dispose and/or recycle these wastes. The Contractor is responsible for all waste fees, recovery fees and any other associated fees for the disposal and/or recycling of these wastes. The wastes are at the SLSDC's Maintenance Base facility at 251 Fregoe Road, Massena, New York. � SLSDC may provide a forklift and operator to assist in loading and unloading of materials on/off the Contractor�s truck. The ability for SLSDC to provide a forklift and operator is limited to the normal business hours of the SLSDC Warehouse. Therefore, the Contractor must coordinate with SLSDC at least three full business days in advance to receive and deliver materials. SLSDC is not responsible for any costs associated with delays or unavailability of a forklift and/or operator, for any pickup/delivery that is not coordinated at least three full business days in advance. � The first bid schedule (Schedule 1) is a guaranteed initial minimum order/services to be provided. The second bid schedule (Schedule 2) is to establish pricing for future wastes to be received and disposed of throughout the duration of this blanket purchase agreement. � The Contractor shall provide guaranteed pricing for the duration of this blanket purchase agreement. Pricing offered in the bid schedules shall include any and all cost to receive and dispose of all wastes.� Submittals: Each offeror must submit a capabilities statement with the offeror�s bid, to include: Bid Schedules One(1) and Two(2). Bid Schedules are provided as attachments and both must be completed and submitted to be considered for award. �� Company name and contact information, Core competencies, and Information required to evaluate the Contractor�s ability to comply with all Federal, State, and local requirements to handle, transport and dispose and/or recycle the waste materials within this scope of work. *The awarded Contractor shall submit copies of all required licenses and permits, as well as, ""Certificates of Insurance"" prior to beginning work. Schedule: SLSDC intends to award�a Firm-Fixed-Price �Blanket Purchase Agreement for the period June 30th, 2020 through June 29, 2022. The ceiling amount�shll be�$50,000 and the minimum order guarantee is Schedule One(1) of the Bid Schedules. The Contractor shall receive all wastes in Schedule 1 and deliver all empty containers as necessary by no later than 30 days after receipt of award. Instructions to Offerors/Evalution of Quotes: Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated prices. For the evaluation of prices for award,�the total price will be established as the Total Cost�for Schedule One(1) and the sum of all Items in Schedule Two(2).�Technical acceptability is comprised of meeting the requirements as outlined in the schedule, and the requirements provided in the evaluation criteria.�Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors. The total price for evaluation purposes will be in accordance with the evaluation criteria established below. *The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price *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 . The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Small Business Set Aside, 52.219-14 -- Limitations on Subcontracting, 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, 52.222-36 - Equal Opportunity for Workers With Disabilities, 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, 52.222-17 Nondisplacement of Qualified Workers, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference� include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. The Following FAR Clause is also required in full text, 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 WG-6907-05���Material�Handler������������� $23.95�����������������$7.80 WG-5703-07� Motor Vehicle Operator� $25.09�����������������$8.17 Response date for receipt of offers/quotes is by 1:00 pm EST, Tuesday, September 25, 2018. �Quotes 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 be 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/. Response date for receipt of offers/quotes is by 1:00 pm EST, Tuesday,�June 16, 2020. �Quotes 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 with the RFQ #6923G520Q0999 in the subject line.���All responsible offerors may submit a quote which shall be 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
SAM.gov Permalink
(https://beta.sam.gov/opp/2732451c622f4649896ea80bad7b7e3b/view)
 
Place of Performance
Address: Massena, NY 13662, USA
Zip Code: 13662
Country: USA
 
Record
SN05676987-F 20200604/200602230206 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.