Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2020 SAM #6838
SOLICITATION NOTICE

S -- Pearl Harbor Solid Waste Removal

Notice Date
8/17/2020 12:43:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451020Q1028
 
Response Due
8/31/2020 11:00:00 AM
 
Archive Date
09/15/2020
 
Point of Contact
Jonathan Tew, Phone: 2699615721, Joe Bednar, Phone: 2699617546, Fax: 2699614417
 
E-Mail Address
Jonathan.tew@dla.mil, joe.bednar@dla.mil
(Jonathan.tew@dla.mil, joe.bednar@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Base Notice: DLA Disposition Services Pearl Harbor Solid Waste Removal � SP4510-20-Q-1028 NOTICE DETAILS Solicitation #: SP4510-20-Q-1028 Procurement Type: Combined Synopsis/Solicitation Date Posted: August 17, 2020 Title: DLA Disposition Services Pearl Harbor, HI Solid Waste Removal Classification Code: S205 NAICS Code: 562111 � $41.5 million Is this a Recovery and Reinvestment Act Action?: No Response Date: August 31, 2020, 2:00 pm Eastern Primary Point of Contact: Jonathan Tew Contracting Officer jonathan.tew@dla.mil Phone: 2699615721 Secondary Point of Contact: Joe Bednar Contracting Officer joe.bednar@dla.mil Phone: 2699617546 Description: This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. �This is for a single award Blanket Purchase Agreement (BPA) with a one-year base period and four one-year options.� The required service is per the attached specifications, including its performance timeframes.� This procurement is a 100% Small Business Set-Aside set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 562111, applicable threshold is $41.5 million.� The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).� If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachment 01 for the Bid Schedule and Performance Work Statement/Additional Terms.� All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies.� Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR.� Performance must be during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays. A. �The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) (DEVIATION 2018-O0018) applies to this procurement. B. �The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement The Government will award a contract resulting from this solicitation to the offeror that has the lowest price for the entirety of the contract with all options. C. �In accordance with FAR 52.212-3 ALT I (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. �FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. �FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020); 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007); 52.203-12, Limitations on Payments to Influence Certain Federal Transactions (JUN 2020); 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017); 52.204-7, System for Award Management. (OCT 2018); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (JUN 2020); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020); 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (AUG 2020); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, (AUG 2020); 52.204-25, Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, (AUG 2020); 52.204-26, Covered Telecommunications Equipment or Services-Representation (DECD 2019); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020); 52.209-7, Information Regarding Responsibility Matters (OCT 2018); 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Nov 2015); 52.219- 6, Notice of Total Small Business Set -Aside (CD 2020-O0008); 52.219-8, Utilization of Small Business Concerns (OCT 2018); 52.219-9, Small Business Subcontracting Plan (CD2018-O0018); 52.219-14, Limits on Subcontracting (CD 2020-O0008); 52.219-16, Liquidated Damages � Subcontracting Plan (JAN 1999); 52.219-28, Post Award Small Business Program Re-representation. (JUN 2020); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (JUN 2020); 52.222-36, Affirmative Action for Handicapped Workers (JUN 2020); 52.222-37, Employment Reports on Veterans (JUN 2020); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2020); 52.222-41, Service Contract Labor Standards (AUG 2018); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Aug 2018); 52.222-50, Combatting Trafficking in Persons (Jan 2019); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave under Executive Order 13706 (JAN 2017); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018); The following additional FAR clauses apply to this procurement: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19, Incorporation by Reference of Representations and Certifications 52.217-5, Evaluation of Options (Jul 1990); 52.217-9, Option to Extend the Term of the Contract (fill-ins are 7 calendar day notice provided there is a 14 calendar preliminary notice, with overall contract duration maximum of 5 years)(MAR 2000); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013); 52.233-3, Protest After Award (DEC 2013); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.252-5, Authorized Deviations in Provisions (APR1984); 52.252-6, Authorized Deviations in Clauses (APR 1984); The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.204.7004, Antiterrorism Awareness Training for Contractors. (Feb 2019); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (DEC 2019) 252.204-7016, Covered Defense Telecommunications Equipment or Services �Representation (DEC 2019); 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019); 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (DEC 2019); 52.204-9000, Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause); 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.211-7003, Item Unique Identification and Valuation (MAR 2016); 252.215-7007, Notice of Intent to Resolicit (JUN 2012); 252.215-7008, Only One Offer (JUL 2019); 252.216-7006, Ordering (SEP 2019); 252.219-7003, Small Business Subcontracting Plan (DOD Contracts)�Alternate 1 (CD2019-O0005) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area Work Flow Payment Instructions (DEC 2018) (By reference, full text provided in bilateral award) 252.232-7010, Levies on Contract Payments (DEC 2006); 252.232-7017, Accelerating Payments to Small Business Subcontractors � Prohibition on Fees and Consideration (JUN 2013); 52.233-9001, Disputes � Agreement to Use Alternative Dispute Resolution (ADR)(DEC 2016) 252.243-7002, Request for Equitable Adjustment (DEC 2012); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); INSTRUCTIONS TO OFFERORS: Submit quotes by email to jonathan.tew@dla.mil no later than August 31, 2020, at 2:00 P.M. Eastern Time. �Attention should be noted to FAR 52.212-1(f), concerning late submissions. �The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.� Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: � The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items, all periods.� 2�� Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than August 24, 2020 at 2:00 PM Eastern Time. �In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.� The Government is not responsible for answering questions received after this deadline. EVALUATION: Quotations will be evaluated on a Lowest-Priced basis.� Award will be made to responsive, responsible firm that offers the lowest total cost to the Government for the entire requirement (inclusive of options). Place of Contract Performance: DLA Disposition Site Bldgs. 490/491 and 1656, Joint Base Pearl Harbor Hickam, HI 96860. Set Aside: Total Small Business Archiving Policy: Automatic, 15 days after response date
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/406751ffae0f47a79273855620f1f83a/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05760794-F 20200819/200817230202 (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.