SOLICITATION NOTICE
W -- WASTE DISPOSAL
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-13-T-0005
- Archive Date
- 10/6/2012
- Point of Contact
- Ana M Downes, Phone: 757-893-2722
- E-Mail Address
-
ana.downes@vb.socom.mil
(ana.downes@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). The solicitation number is H92244-13-T-0005. The Naval Special Warfare Development Group (NSWDG) has a requirement for Waste Disposal. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 27 August 2012. This procurement is 100% Small Business Set-Aside. The associated NAICS code is 562219 with a standard business size of $7.0M. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-S10. Section B Schedule of Supplies and Services Period of Performance: 01 October 2012 through 30 September 2013. CLIN 0001 - 40 CUBIC YARD METAL DISPOSAL CONTAINER. DISPOSAL BI-MONTHLY FOR A TOTAL OF 24 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, BLDG 302, QUANTITY: 1 CLIN 0002 - 40 CUBIC YARD CONSTRUCTION DISPOSAL CONTAINER. DISPOSAL BI-MONTHLY FOR A TOTAL OF 24 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, BLDG 302, QUANTITY: 1 CLIN 0003 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, ENTRANCE PARKING LOT, QUANTITY: 1 CLIN 0004 - 40 CUBIC YARD METAL DISPOSAL CONTAINER. DISPOSAL BI-MONTHLY NOT-TO-EXCEED 12 ADDITIONAL PICK-UPS FOR A NOT-TO-EXCEED TOTAL OF 36 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA ENTRANCE PARKING LOT. QUANTITY: 1 CLIN 0005 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA BLDG 350, QUANTITY: 1 CLIN 0006 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA 900 AREA. QUANTITY: 1 CLIN 0007 - 20 CUBIC CONCRETE DISPOSAL CONTAINER. CONTRACTOR WILL BE NOTIFIED OF PICK-UP. NOT-TO-EXCEED 24 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, 900 AREA. QUANTITY: 2 CLIN 0008 - PAPER DISPOSAL CONTAINER. CONTRACTOR WILL BE NOTIFIED OF PICKUP. NOT TO EXCEED 2 PICK-UPS PER PERIOD. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, SHREDDER BLDG. QUANTITY: 1 CLIN 0009 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 0010 - 40 CUBIC YARD METAL DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 0011 - 20 CUBIC CONCRETE DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 0012 - 40 CUBIC YARD CONSTRUCTION DISPOSAL CONTAINER. CONTRACTOR WILL BE NOTIFIED OF PICK-UP. NOT-TO-EXCEED 12 PICK UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 0013 - 40 CUBIC YARD CONSTRUCTION DISPOSAL CONTAINER WHEN REQUIRED. CONTRACTOR WILL BE NOTIFIED OF PICK-UP. NOT-TO-EXCEED 12 PICK UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, OR FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 Period of Performance: 01 October 2013 through 30 September 2014. CLIN 1001 - 40 CUBIC YARD METAL DISPOSAL CONTAINER. DISPOSAL BI-MONTHLY FOR A TOTAL OF 24 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, BLDG 302, QUANTITY: 1 CLIN 1002 - 40 CUBIC YARD CONSTRUCTION DISPOSAL CONTAINER. DISPOSAL BI-MONTHLY FOR A TOTAL OF 24 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, BLDG 302, QUANTITY: 1 CLIN 1003 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, ENTRANCE PARKING LOT, QUANTITY: 1 CLIN 1004 - 40 CUBIC YARD METAL DISPOSAL CONTAINER. DISPOSAL BI-MONTHLY NOT-TO-EXCEED 12 ADDITIONAL PICK-UPS FOR A NOT-TO-EXCEED TOTAL OF 36 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA ENTRANCE PARKING LOT. QUANTITY: 1 CLIN 1005 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA BLDG 350, QUANTITY: 1 CLIN 1006 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA 900 AREA. QUANTITY: 1 CLIN 1007 - 20 CUBIC CONCRETE DISPOSAL CONTAINER. CONTRACTOR WILL BE NOTIFIED OF PICK-UP. NOT-TO-EXCEED 24 PICK-UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, 900 AREA. QUANTITY: 2 CLIN 1008 - PAPER DISPOSAL CONTAINER. CONTRACTOR WILL BE NOTIFIED OF PICKUP. NOT TO EXCEED 2 PICK-UPS PER PERIOD. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, VA, SHREDDER BLDG. QUANTITY: 1 CLIN 1009 - 40 CUBIC YARD WOOD DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK- UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 1010 - 40 CUBIC YARD METAL DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 1011 - 20 CUBIC CONCRETE DISPOSAL CONTAINER. DISPOSAL ONCE PER WEEK FOR A TOTAL OF 48 PICK-UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 1012 - 40 CUBIC YARD CONSTRUCTION DISPOSAL CONTAINER. CONTRACTOR WILL BE NOTIFIED OF PICK-UP. NOT-TO-EXCEED 12 PICK UPS. LOCATION: FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 CLIN 1013 - 40 CUBIC YARD CONSTRUCTION DISPOSAL CONTAINER WHEN REQUIRED. CONTRACTOR WILL BE NOTIFIED OF PICK-UP. NOT-TO-EXCEED 12 PICK UPS. LOCATION: DAM NECK ANNEX NAVAL BASE, VIRGINIA BEACH, OR FORT STORY, VIRGINIA BEACH, VA. QUANTITY: 1 FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROCUREMENT. THE GOVERNMENT'S OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVE NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER. Section I Clauses FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) - Alternate I (OCT 1995) FAR 52.204-7 Central Contractor Registration (AUG 2010) FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2012) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2012) (DEVIATION) 52.217-7 Option for Increased Quantity-Separately Priced Line Item FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies (FEB 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking of Persons (FEB 2009) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) FAR 52.233-1 ALT I Disputes (DEC 1991) FAR 52.233-3 Protest after award (AUG 1996) FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.242-15 Stop Work Order (AUG 1989) FAR 52.243-1 Alt I Changes-Fixed Price Alt I (APR 1984) FAR 52.246-25 Limitation of Liability - Services (FEB 1997) FAR 52.247-29 F.O.B. Destination (NOV 1991) FAR 52.249-8 Default (APR 1984) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) FAR 52.253-1 Computer Generated Forms (JAN 1991) DFARS 252.204-7003 Control of Government Personnel Work Product (DEC 2011) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.211-7003 Item Identification and Valuation (DEC 2011) Alt I (JUN 2011) DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (JUN 2012) DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JUN 2012) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2012) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (JUN 2012) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.247-7023 Transportation of Supplies by Sea - ALT III (AUG 2002) SOFARS 5652.204-9000 Individual Authorized to Sign (2003) SOFARS 5652.204-9003 Disclosure of Unclassified Information (JAN 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 descending order of importance: Technical, delivery and price. (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Ana Downes 1636 Regulus Avenue, Virginia Beach, VA Phone: 757-862-9465 Fax: 757-862-0809 Email address: ana.downes@vb.socom.mil. Quotes must be received no later than 9:00 a.m. Eastern Standard Time (EST) on 21 September 2011. The offeror agrees to hold its prices in its quote firm for sixty (60) calendar days from the date specified for receipt of quotes. Quotes shall be emailed to Ana Downes. Offerors must scrutinize this solicitation and ensure their quotes and submissions comply with all requirements. It is not sufficient to merely state your quote complies with the solicitation requirements. You must clearly identify how your quote meets all of the solicitation requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-13-T-0005/listing.html)
- Record
- SN02883395-W 20120916/120915000350-d48943259bf483b231f4d0bc26cec807 (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 |