SOLICITATION NOTICE
P -- Scrap Tire and Other Scrap Rubber Disposal/Recycle for DLA Disposition Services Hawaii - Combined Synopsis/Solicitation
- Notice Date
- 7/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services - Hawaii, ATTN: DRMS-PHW (Pacific), 1025 Quincy Avenue, Suite 2000, Pearl Harbor, Hawaii, 96860-4512, United States
- ZIP Code
- 96860-4512
- Solicitation Number
- SP4530-16-Q-0002
- Archive Date
- 8/27/2016
- Point of Contact
- Gwendolyn M. Rapoza, Phone: 8084739588, Curtis Chang, Phone: 808-473-4274
- E-Mail Address
-
gwendolyn.rapoza@dla.mil, curtis.chang@dla.mil
(gwendolyn.rapoza@dla.mil, curtis.chang@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Additional Information such as submittal format, Acceptable Performance Levels (APL) table, and Wage Determination. Price Schedule Provisions and Clauses Performance Work Statement (PWS) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is the offeror's responsibility to check FEDBIZOPS daily for any amendments or other information pertaining to this Request For Quote (RFQ). The RFQ number is SP4530-16-Q-0002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88-1 and DFARS Change Notice 20160630. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 562219 and the Small Business Standard is $38.5 million. This is a Small Business Set Aside. The DLA Disposition Services Hawaii requests responses from qualified sources capable of providing scrap tire and other scrap rubber disposal services. See attached files for the Performance Work Statement, provisions and clauses, Price Schedule, Acceptable Performance Level table, and Wage Determination. The period of performance is expected to include a 12-month base period and four 12-month options to be exercised at the Government's discretion. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under FAR Clause 52.217-8, Option to Extend Services. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. The Government intends to award a single, firm-fixed price, Indefinite Delivery Indefinite Quantity contract. The Government may award a contract without discussions; therefore, the Offeror's initial quote should contain its best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if deemed necessary. INSTRUCTIONS TO OFFERORS See Offer Submission Format and Content in the attachment titled SP453016Q0002_Additional_Information for required submittal documents. Submit quotes by email to: Gwendolyn.rapoza@dla.mil no later than 3:00 PM HST on 12 August 2016. Attention should be given 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. Award will be made to the offeror whose quote is deemed technically acceptable and has the lowest price. See FAR 52.212-2, Evaluation - Commercial Items, in the attachment SP453016Q0002_Provisions_and_Clauses. Offerors shall provide the applicable CAGE code and DUNS number with their quote. All technical/contract questions must be submitted in writing to: Gwendolyn.rapoza@dla.mil by 4 August 2016 3:00 PM HST. In the email, please clearly indicate your company name, section and paragraph number of the RFQ or specification as applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMO-Hawaii/SP4530-16-Q-0002/listing.html)
- Place of Performance
- Address: Contractor's designated site on Oahu, Hawaii, Hawaii, United States
- Record
- SN04201226-W 20160731/160729234216-f554f3f95d74258d2f66e5bf4ab5cb93 (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 |