Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOLICITATION NOTICE

S -- HAZMAT Cleaning/Disposal services - PWS

Notice Date
2/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-18-Q-7004
 
Archive Date
3/21/2018
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement 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. This solicitation: W912JV-18-Q-7004 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. This procurement is a competed as Full and Open. The NAICS code is 562112 and the following commercial items are requested: The current requirement is to provide HAZMAT Cleaning/Disposal services in accordance with the attached Performance Work Statement (PWS) with a five (5) year term blanket purchase agreement (BPA). The requirement represents the consolidated needs of the various units located at Kingsley Field Air National Guard Base (ANGB) Klamath Falls, Or. The requirement will be advertised as a multiple award BPA with the objective of awarding agreements to two or more contractors. The selection resulting from this solicitation will be made on the basis of the lowest priced and technically acceptable from at least two responsible quoters with acceptable or neutral past performance. Technical Acceptability constitutes: the services offered by the vendor meet the conditions of the PWS. The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7 -- System for Award Management. FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-13 -- System for Award Management Maintenance. FAR 52.204-16 -- Commercial and Government Entity Code Reporting. FAR 52.204-18 -- Commercial and Government Entity Code Maintenance. FAR 52.204-22 -- Alternative Line Item Proposal. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-15 -- Energy Efficiency in Energy-Consuming Products. (If Energy Star) FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7011 -- Alternative Line Item Structure. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.211-7008 -- Use of Government-Assigned Serial Numbers. DFARS 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.244-7000 -- Subcontracts for Commercial Items. DFARS 252.247-7023 -- Transportation of Supplies by Sea. Submit the responses via email to SSgt Joel Sire at joel.a.sire.mil@mail.mil. Responses to this RFQ must be received via e-mail not later than 12:00 PM Pacific Daylight Time on Tuesday 6 March 2018. Oral Quotes will not be accepted. Collect calls will not be accepted. All responses must be directly submitted by the firm that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7004/listing.html)
 
Place of Performance
Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04811396-W 20180208/180206231114-96ac23be2c5f7459c74e46b2dc35f2ee (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.