SOLICITATION NOTICE
S -- Warm Springs Dam/ Lake Sonoma Dumpster Services
- Notice Date
- 2/12/2024 1:23:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
- ZIP Code
- 94102-3406
- Solicitation Number
- W912P724Q0001
- Response Due
- 3/7/2024 12:00:00 PM
- Archive Date
- 03/22/2024
- Point of Contact
- Lisa Ip, Phone: 4155036877, Suntok Mcguinness, Phone: 4155032953
- E-Mail Address
-
lisa.i.ip@usace.army.mil, suntok.mcguinness@usace.army.mil
(lisa.i.ip@usace.army.mil, suntok.mcguinness@usace.army.mil)
- Description
- Updated on 09 February 2024 to provide answer to question received. Please see attachment QA_WSD_Dumpsters_02092024.pdf. ****************************************************************************************** This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. ��This�solicitation document and incorporated provisions and clauses are those in effect through�Federal Acquisition Circular 2024-02. The solicitation number is W912P724Q0001. This solicitation is issued as a request for quotation. This requirement is being solicited as full and open competition. The North American Industry Classification System (NAICS) Code 562111, the business size standard is $47 Million and the Product Services Code is S205 Housekeeping � Trash/Garbage Collection. The Government will award a Firm-Fixed-Price (FFP) contract resulting from this Request for Quote (RFQ) to the responsible quoter whose submission conforms to the solicitation. The Government intends to evaluate quotes and award without discussions with offerors, however the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any preparation cost. Project Description: The U.S. Army Corps of Engineers (USACE), San Francisco District is seeking to contract dumpster services for Warm Springs Dam & Lake Sonoma. The contractor's work and responsibility shall include all job planning, programming, scheduling, administration, inspection and management necessary to accomplish specified services. The contractor shall make sure that work is accomplished in accordance with the contract and all applicable laws, municipal codes, regulations, and/or written directives issued by the Contracting Officer. Please see Attachment 1 - Performance Work Statement (PWS) for detailed description. PERIOD OF PERFORMANCE: Base Year will be from 1 April 2024- 31 March 2025 Option Year 1 will be from 1 April 2025 � 31 March 2026 Option Year 2 will be from 1 April 2026 - 31 March 2027 Option Year 3 will be from 1 April 2027 - 31 March 2028 Option Year 4 will be from 1 April 2028 - 31 March 2029 Please see Attachment 2 for solicitation Provisions and Clauses. Those provisions and clauses include 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, 52.212-2 Evaluation-Commercial Products and Commercial Services, Clause 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services and Clause at 52.212-5 (DEVIATION 2023-O0008) (DEC 2023) Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services. Special Contract Requirements: FAR provision 52.229-11 and FAR clause 52.229-12 are included in this solicitation. This provision and clause concern the imposition of a 2 percent Federal excise tax withholding on any resultant contract award or payment request. This rule applies to Federal Government contracts for goods or services that are awarded to foreign persons � such as foreign contractors. It implements the Department of the Treasury�s final regulations published in the Federal Register at 81 FR 55133 on August 18, 2016, under section 5000C of the Internal Revenue Code relating to the 2 percent tax on payments made by the U.S. Government to foreign persons pursuant to certain contracts. Pursuant to the FAR 52.229-3 Federal, State, and Local Taxes, taxes imposed under 26 U.S.C. 5000 C may not be included in the contract price or reimbursed. Exemptions from this excise tax must be claimed by an Offeror when it submits, with its offer, a U.S. Department of Treasury Internal Revenue Service (IRS) Form W-14, Certificate of Foreign Contracting Party Receiving Federal Procurement Payments, available via the internet at www.irs.gov/W14. If not submitted with the offer, exemptions will not be applied to any resulting contract and the Government will withhold a full 2 percent on each contract payment.� Failure to submit an IRS Form W-14 with each payment request will also result in an automatic withholding of 2 percent from the payment request. When filling out the IRS Form W-14 the following information may be used to complete Part I, Lines 6 and 7. Line 6 Contract/reference number: W912P724Q0001 Line 7 �Name and address of the acquiring agency�: U.S. Army Corps of Engineers � San Francisco District 450 Golden Gate Avenue San Francisco, CA 94102 Any exemption claimed and self-certified is subject to audit by the IRS. Any disputes concerning this tax are adjudicated by the IRS because the Section 5000C tax is a tax matter not a contract issue. Offerors are encouraged to seek guidance from their own tax professionals for advice concerning the provision, clause, and exclusions exclusion/submission of IRS Form W-14. Additional information is also available at: Notwithstanding the above, the USACE does not have a means of withholding this excise tax at this time. As a result, contractors are expected to comply with the instructions above and to properly complete and return the W-14 at proposal submission, and with each pay application.� The amount due for each withholding will be confirmed by USACE, BUT WILL NOT BE WITHHELD. It is the contractor�s responsibility to set aside, or remit to the IRS, the amount confirmed by USACE. Whether the contractor sets the money aside for future payment to the IRS, or makes payment to the IRS, is the contractor�s discretion, based on its analysis of the regulations regarding the excise tax. In the event that USACE is able to withhold during contract performance, it will notify the contractor and make such a withholding (including any catch up withholdings); no advance notice is required to the contractor prior to the withholding.� Under no circumstances is USACE liable for any tax not paid by the contractor. The contractor is liable for the tax, to the extent required by law, regardless of whether USACE makes a withholding. FAR 29.204 expressly states that �agencies merely withhold the tax (section 5000C tax) for the Internal Revenue Service (IRS). All substantive issues regarding the underlying section 5000C tax, e.g., the imposition of, and exemption from the tax, are matters under the jurisdiction of the IRS.� Therefore, we cannot help you determine how the tax law applies to you. We strongly recommend that you contact the IRS and/or a tax professional should you have any questions of this nature. To be clear, this information does not constitute tax advice or a representation of your tax liability. Furnishing this information does not create liability for the USACE for any Federal, state, or local taxes applicable to the above-referenced contract or any other contract. The Quality Assurance Surveillance Plan will be used by the Contracting Officer Representative to monitor repairs and work quality. (Part 7 of the PWS) Basis of Award: As stated in Clause 52.212-2 in Attachment 2,� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price The offeror�s Price proposal will be evaluated for Reasonableness and Balance. Reasonableness. Adequate price competition is expected to support the determination of reasonableness. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly over or understated as indicated by the application of cost or price analysis techniques. (ii) technical capability of the item/service offered to meet the Government requirement. Offeror shall provide a staffing plan, equipment plan, and information on the permitted garbage and recycling central that will be used to receive all materials hauled from the project site. The offeror should show an understanding of the PWS and identify adequate staffing, with appropriate roles, responsibility and qualification. The content should indicate whether identified personnel are full-time or part-time and license to operate the required vehicles.� Equipment listing will be used to determine if offeror has the equipment, both quantitatively and qualitatively, to adequately support the magnitude of work required in the PWS.� Contractor must demonstrate the following capabilities: Own or has ability to obtain commercial industrial trucks capable of lifting and dumping full four and six yard dumpsters. Own or has ability to obtain a smaller dump truck needed to access a steep, narrow, windy road down to Yorty Creek (Hot Springs Road) to accomplish the required dumpster services. Furnish dumpsters in accordance with Part 4 of this PWS Ability to load and unload full twenty and thirty yard roll-off debris bins Ability to transport the associated trash to certified trash and recycling facilities. This is a Lowest Price Technically Acceptable evaluation- No factors have more relative importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Failure to submit mandatory information for a factor will result in a rating of ""unacceptable"" for that factor, and the offer will be ineligible for award. It is the responsibility of the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. All interested firms shall submit a Quote in accordance FAR provision 52.212.-1 and shall include the information as stated below. The solicitation number The time specified in the solicitation for receipt of offers Point of Contact name, email address, and telephone number of the offeror Technical capability statement Terms of any express warranty Price and any discount terms. Remit to"" address, if different than mailing address Line Item Price Schedule: Quoters SHALL complete and submit the price schedule (Attachment 3) and include a price for each line item. The quote should clearly identify all costs, with appropriate markups applied in accordance with the contract terms and conditions. Include a discussion of any assumptions or exceptions upon which your Quote is based. A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically) (Attached in Attachment 2) Acknowledgment of Solicitation Amendments A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Cage Code and Unique Entity Identifier (UEI) number. Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) in the attached Past Performance Questionnaire (Attachment 4). Financial Bank letter (Financial status, Line of Credit, Number of overdrafts the company has had in past year, and the average balance of commercial account [may be expressed: low 5 figure, or high 6 figures]). Note: The failure of an Offeror to complete and submit items 1 through 12 will result in the Offeror�s quote being deemed non-responsive and ineligible for further consideration for award. Submission of items 13 and 14 is strongly encouraged to facilitate responsibility assessment per FAR 9.104-1 and validate eligibility to receive an award. The prevailing wage determination at time of award will be used in accordance with McNamara-O'Hara Service Contract Act published at sam.gov. A copy of the wage determination is also attached (Attachment 5). NOTES TO INTERESTED CONTRACTORS Site visit is not scheduled. Please see the PWS (Attachment 1) and map (Attachment 6) for the dumpster locations. If offeror still wants a site visit, please contact Joseph Lishka (joseph.j.lishka@usace.army.mil or (707) 431-4521).� Request for site visit must be received no later than 14 calendar days prior to the solicitation due date. Please submit all questions by February 20, 2024 to lisa.i.ip@usace.army.mil and suntok.mcguinness@usace.army.mil. Quotes must be received via email no later than the date and time stated in the solicitation (March 07, �2024 12:00pm PST). Quotes received after the deadline are Late, and may not be considered for contract award. Please monitor SAM.gov for any amendments to the solicitation. It is the responsibility of the vendor to specifically acknowledge ALL amendments prior to the solicitation close. The preferred method of acknowledging an amendment is to return a signed copy of the amendment (form SF30) first page as a PDF email attachment with your quote. Failure to acknowledge amendments may result in your offer not being considered for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f08b61daf50242ee80bbea019ddd10b8/view)
- Place of Performance
- Address: Geyserville, CA, USA
- Country: USA
- Country: USA
- Record
- SN06962896-F 20240214/240212230046 (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 |