Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
SOLICITATION NOTICE

99 -- Incineration/Destruction Services

Notice Date
4/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562213 — Solid Waste Combustors and Incinerators
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-P-0043
 
Archive Date
5/19/2017
 
Point of Contact
Ariel J. Martin, Phone: 4438614745
 
E-Mail Address
ariel.j.martin2.civ@mail.mil
(ariel.j.martin2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W91ZLK-17-P-0043 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 being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017). This requirement is under the associated North American Industry Classification System (NAICS) Code 562213, Combustors, nonhazardous solid waste and the Small Business Size Standard $35.5M. The government contemplates award of a Firm-Fixed Price. Contractor shall provide a price to perform the requirements of the attached Statement of Work (SOW) using the attached price schedule. This is a request for quotation (RFQ). See Performance Work Statement for contract requirement details. INSTRUCTIONS AND INFORMATION TO OFFERORS: Place of performance shall take place at the contractors facility. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, does not apply to this acquisition. The provision at FAR 52.212-3 - Offeror Representations and Certifications, applies to this acquisition. The provision at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items, applies to this acquisition. The provision at FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, The following provisions and clauses will be incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(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 (Feb 2016) (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). 52.222-54, Employment Eligibility Verification (Oct 2015). 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). 52.225-13, Restrictions on Certain Foreign Purchases (June 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) 52.239-1, Privacy or Security Safeguards (Aug 1996) The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil Evaluation (a) The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. (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. ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-17-P-0043 PROPOSAL FROM (INSERT COMPANY NAME) BASE YEAR CLIN 0001 Incineration/destruction services for classified and sensitive information The contractor shall provide incineration/destruction services for classified and sensitive information produced by the Aberdeen Test Center (ATC). CLIN 0002 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. Total Base Year Cost: ______________ OPTION YEAR ONE CLIN 1001 Incineration/destruction services for classified and sensitive information The contractor shall provide incineration/destruction services for classified and sensitive information produced by the Aberdeen Test Center (ATC). CLIN 1002 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. Total Option Year One Cost: ______________ OPTION YEAR TWO CLIN 2001 Incineration/destruction services for classified and sensitive information The contractor shall provide incineration/destruction services for classified and sensitive information produced by the Aberdeen Test Center (ATC). CLIN 2002 Accounting for Contract Services Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the Performance Work Statement, and the contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. As part of its proposal, the offeror shall provide the estimated total cost (if any) incurred to comply with the Contractor Manpower Reporting Application (eCMRA) requirement. If no direct cost is associated with providing the data, the proposal submitted shall identify the CLIN and state, "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. Total Option Year Two Cost: ______________ All questions regarding this solicitation must be submitted to the Purchasing Agent via email no later than 12:00 p.m. EST, 14 April 2017. Please submit questions to Ariel Martin, via email at ariel.j.martin2.civ@mail.mil. All Firm Fixed Price (FFP) quotes must be signed, dated, and received by 12:00 p.m. EST, 04 May 2017. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. NO TELEPHONE REQUESTS WILL BE HONORED. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Statement of Work (SoW) C.1 General C.1.1 Scope. The contractor shall provide incineration/destruction services for classified and sensitive information produced by the Aberdeen Test Center (ATC) located at Aberdeen Proving Ground, Maryland. ATC waste material will consist of paper products, film, X-rays, videotapes, computer media, typewriter ribbons and other associated media storage and briefing material. Rubbish or routine trash shall not be included. C.1.2 Period of Performance. The contract period of performance shall be one base year from contract award date with two option years. C.2 Place of Performance The performance shall take place at the contractor's facility. C.3 Requirements C.3.1 The contractor shall provide the operation of and the facility that would destroy classified and sensitive material to preclude any recognition or reconstruction. C.3.2 The contractor shall use a means of pyrolysis (high temperature, multistage) using forced air incinerators or other incineration equipment which will reduce waste material to an ash or particle size that will make recognition or reconstruction of the information impossible. C.3.3 Contractor pyrolytic furnaces shall operate in compliance with Federal Clean Act Regulatory Standards. C.3.4 The contractor shall allow an appointed and cleared government civilian representative to witness destruction of the classified and sensitive waste material. The government civilian representative will not take an active role in destruction, but will be positioned, by the contractor, to witness destruction. The government civilian representative will comply with contractor facility safety requirements. A government civilian must maintain constant visual contact from the time that the material is collected at ATC until the time that it has been completely destroyed to the point that it cannot be recognized or reconstructed per Army Regulation (AR) 380-5, Department of the Army Information Security Program, paragraph 3-15a dated 29 September 2000. Visual eye contact must occur by the government civilian employee at all times. C.3.4.1 The government civilian representative will identify themselves on arrival. The contractor shall provide the identified government civilian representative with a facility safety orientation that details required personal safety equipment and essential safety rules he/she shall observe while witnessing destruction. C.3.4.2 In addition, there are times when additional security measures must be taken due to the sensitivity of the material to be destroyed. Under these circumstances, two government civilian representatives must witness the destruction of the special category classified material and they must also witness that immediately after the destruction, a load of unclassified material is incinerated to ensure that the classified waste has completely gone through the entire destruction cycle per the Joint Air Force-Army-Navy (JAFAN) 6.0 Manual Special Access Program Security Manual, paragraph 5-705 dated 29 May 2008. C.3.5 Scheduling is done for the convenience of both parties. Since classified material is involved, the government requires assurance of controlled facility access. The contractor shall ensure that routine destruction operations are suspended until government material has been moved from the truck to the incinerator. This brief suspension will allow the government civilian representative to track movement of classified waste from the delivery vehicle, to the incinerator, to combustion and destruction. C.3.6 The contractor shall not mix normal waste with government waste until the government civilian representative verifies that all classified waste is in the incinerator and that combustion has occurred. Once the government civilian representative has confirmed destruction, the contractor can resume normal operations. C.3.6.1 The contractor shall provide all receipts, weight tickets, and/or any other documentation to the government civilian representative upon completion of each service. C.4 Delivery Schedule C.4.1 The government requires a minimum of one destruction/incinerator visit twice a year with an estimate of 60,000 pounds of waste per visit. C.4.2 The government will conduct advance coordination for destruction/incineration with the contractor. The government will coordinate a date/hour of a destruction visit no less than one week in advance to minimize any disruption of normal business operations. C.4.3 The Government is responsible for transporting the classified and sensitive information from ATC to the incineration facility. C.4.4 The government will provide personnel to off-load boxes for destruction at the contractor facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c40eb70f56a6be03ccf71187db667b96)
 
Place of Performance
Address: Place of performance shall take place at the contractors facility., United States
 
Record
SN04460125-W 20170406/170405000052-c40eb70f56a6be03ccf71187db667b96 (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.