Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
SOLICITATION NOTICE

S -- Solid Waste Collection - Synopsis Solicitation Attachments

Notice Date
8/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-R-0030
 
Point of Contact
Meghan Thomas, Phone: 315-330-2177
 
E-Mail Address
Meghan.Thomas.1@us.af.mil
(Meghan.Thomas.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Atch 5 - Refuse Newport Atch 4 - Refuse Base 2015 Atch 3 - PPQ Atch 2 - Offeror Representations and Certifications Atch 1 - Performance Work Statement Combined Synopsis/Solicitation General Information Title: Solid Waste Collection Document Type: Combined Synopsis/Solicitation Solicitation Number: FA8751-15-R-0030 Posted Date: 21 August 2015 Response Date: 21 September 2015 Classification Code: S205 Set-Aside: 100% Total Small Business Set-Aside NAICS Code: 562111 Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-R-0030 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-81 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20150420. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is set aside 100% for Small Business. The NAICS code is 562111 and small business size standard is $36,500,000 annual revenues. The Contractor shall provide solid waste management services on a firm fixed price basis including the cost of shipping FOB Destination in accordance with the Performance Work Statement document, dated 10 June 2015 (Attachment 1). The anticipated period of performance is one (1) year plus four (4) option years. If necessary, any deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is: F4HBC1 150 ELECTRONIC PKWY M/F: RIOC ROME NY 13441-4516 The provision at 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Proposals are due at or before 3PM, (Eastern Time) 21 September 2015. Submit to: AFRL/RIKO, Attn: Meghan Thomas, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7315 or by email to Meghan.Thomas.1@us.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(6) Offerors shall use the PWS Bid Schedule (Appendix G) to submit their pricing details/breakout, and use the SF 1449 to show their Total Evaluated Price. (b)(10) Offerors shall submit Past Performance Questionnaires (PPQs) for no more than five (5) of the most relevant contracts performed for Government agencies and commercial customers within the last three (3) years which demonstrate the ability of the Offeror to perform the proposed effort. The PPQ is provided as Attachment 3. Offerors will complete Section A of the PPQ (pages 2 & 3) for each reference and include one (1) copy with their proposal. The Offeror will complete Block 2 of Section B for each referenced contract, submit Section B of the PPQ directly to their references, and then request that the references return the PPQs directly to the Government by the response date in SF1449 Block 8. (b)(12) If the offer is not submitted on the SF 1449, include 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. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers: (i) technical acceptability (ii) price, and (iii) past performance. The Government intends to award to the lowest priced, technically acceptable Offeror with no negative past performance. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offerors must clearly identify any exception to the solicitation in terms and conditions and provide complete accompanying rationale. In determining acceptable past performance AFRL/RIKO will independently obtain data from other Government and commercial sources in order to consider an Offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015), Alternate I (Oct 2014). 252.209-7992, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) For your convenience all referenced certifications are attached to this solicitation. (Attachment 2) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2014), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2015), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 1999). 52.222-26, Equal Opportunity (Apr 2007) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment By Electronic Funds Transfer-System For Award Management (Jul 2013) (31 U.S.C. 3332) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207) 52.204-16, Commercial and Government Entity Code Reporting (Nov 2014) 52.204-18, Commercial and Government Entity Code Maintenance (Nov 2014) 52.232-18, Availability of Funds. (Apr 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV2011). 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (FEB 2015) 252.204-7011, Alternative Line Item Structure (SEP 2011) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.215-7007, Notice of Intent to Resolicit (JUN 2012) 252.215-7008, Only One Offer (OCT 2013) 252.222-7007, Representation Regarding Combating Trafficking in Persons (JAN 2015) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) (41 U.S.C. chapter 83, E.O 10582) 252.225-7001, Buy American and Balance of Payments Program (NOV 2014) (41 U.S.C. chapter 83, E.O 10582) 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) (10 U.S.C. 2533a) 252.225-7031, Secondary Arab Boycott of Israel (JUN 2005) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (DEC 2014) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) (Section 1038 of Pub. L. 111-84) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 U.S.C. 2410) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea - Basic (APR 2014) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (NOV 2012) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. 5352.242-9000, Contract Access to Air Force Installations (NOV 2012) The following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil ). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered. Funds are not presently available for this requirement, IAW FAR 52.232-18. No Award will be made until such time as funds become available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-R-0030/listing.html)
 
Record
SN03850131-W 20150823/150821235609-41f0cc4efcd395390e9101bf2c43de9f (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.