Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
SOLICITATION NOTICE

Q -- Medical Waste Disposal - Statement of Work - Price List/RFQ

Notice Date
5/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418MDGWASTE
 
Archive Date
6/14/2011
 
Point of Contact
Bradley D. Nicholson, Phone: 843-963-4479, Tamara F. Lee, Phone: 843-963-5158
 
E-Mail Address
bradley.nicholson@us.af.mil, tamara.lee.4@us.af.mil
(bradley.nicholson@us.af.mil, tamara.lee.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Price List/RFQ Statment of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. This solicitation/synopsis reference number is FA4418MDGWASTE and is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This acquisition is unrestricted. The associated NAICS code is 562112 with a size standard of $12,500,000. Interested contractors are invited to submit a quote for Medical Waste Disposal at Joint Base Charleston, South Carolina in accordance with the statement of work on the attached request for quotation/price list form. This award will be made in the form of a Blanket Purchase Agreement (BPA) with a 5-year period of performance. The following provisions and clauses are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price. The Government will evaluate the total price of the offer for the award purposes. 2. Past Performance. Past Performance is significantly more important than Price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most relevant and recent projects (within three years). FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The offeror shall supply a completed copy with its offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2010) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009), FAR 52.222-3 Convict Labor ( JUN 2003); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010), FAR 52.222-21 Prohibition Of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (MAR 2007), FAR 52.222-36 Affirmative Actions for Workers with Disabilities (JUN 1998), FAR 52.222-41 Service Contract Act Of 1965 (NOV 2007), (WD 2005-2473 Rev 12), FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009), FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); FAR 52.225-3 Alt II, Buy American Act - Free Trade Agreements - Israeli Trade Act Alt II (Jun 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-36 Payment by Third Party (FEB 2010), FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option) (SEP 2009), DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009), DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea Alt III (May 2002) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, 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 31362 - Truckdriver, Medium $14.75 5352.201-9101 Ombudsman (AUG 2005) (IAW 5301-9103), complete paragraph (c) as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail Michael.jackson@scott.af.mil. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 30 May 2011 no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA4418MDGWASTE. All questions shall be received no later than 4:00 PM Eastern Standard Time 25 May 2011. Responses to all questions will be posted to Federal Business Opportunitites. Address questions to SrA Bradley Nicholson, Contract Specialist, Phone (843) 963-4479, email bradley.nicholson@us.af.mil For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418MDGWASTE/listing.html)
 
Place of Performance
Address: 628 MDG, Joint Base Charleston, SC, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02451598-W 20110520/110518235330-c6f82221502a4d2dde7a96d9723dfdf2 (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.