Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

99 -- Disposal of Americum Smoke Detectors - Attachment 1,2, 3, 4, 5

Notice Date
8/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-18-Q-0192
 
Archive Date
9/8/2018
 
Point of Contact
Julia Rang, Phone: 9375224617, Joseph Glenn, Phone: 9375224616
 
E-Mail Address
julia.rang.2@us.af.mil, joseph.glenn.4@us.af.mil
(julia.rang.2@us.af.mil, joseph.glenn.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses SCA Wage Determination Price LIst Performance Work Statement BPA Terms and Conditions COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in single award Blanket Purchase Agreement (BPA) for commercial items/services, i.e. disposal of Americium (241-AM) from smoke detectors, as described in the Performance Work Statement. The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (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 will not be issued. This requirement is conducted as a commercial item/service procurement using simplified acquisition procedures, FAR Part 13. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Proposal evaluation does not permit tradeoffs between price and non-price factors. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Please see attachments for request price list, PWS, and additional BPA information. Synopsitation Number: FA8601-18-Q-0192 Set-Aside: Total Small Business NAICS Code: 562211 Small Business Size Standard: $38.5 Million Synopsitation Closing Date: Proposals must be received not later than 5:00 PM, EST, on 24 August 2018. Send Proposals To: AFLCMC/PZICC Attn: Julia Rang 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via e-mail to: julia.rang.2@us.af.mil Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-18-Q-0192." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to Julia Rang at (937) 522-4617 or via e-mail at Julia.rang.2@us.af.mil A detailed description of the requirement, specific instructions for submission of proposals, and how proposals will be evaluated are provided below. The draft BPA, including applicable provisions and clauses, representations and certifications and other terms and conditions is an integral part of this synopsitation and is attached. Upon award, the Additional Instructions to Offerors, Evaluation Factors, provisions, and representations and certifications in the synopsitation (including the draft BPA) will be removed from the award documents. Requirements ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: •(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above. •(b) Submission of offers is as prescribed in the text of this synopsitation. (c) Offer Acceptance and Validity Dates : This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm for 60 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Offeror must be able to provide a capabilities package that will allow the Government to have a sufficient understanding of their ability to satisfy the evaluation factors. A valid United States Nuclear Regulatory Commission (US NRC) or current Agreement State license and any renewal documentation is required with your submission. Price Proposal: The offeror shall complete the attached Price Sheet Worksheet for the base period plus option years. Prices should be proposed as F.o.b. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft BPA with its price proposal. FAR 52.212-3-Offeror Representations and Certifications -Commercial Items (Apr 2016) EVALUATION FACTORS The Government will use FAR 12.602 Streamlined Evaluation of Offers evaluate offers submitted in response to the synopsitation. The factors that shall be used to evaluate proposals are Technical, Past Performance and Price, as expounded below. All evaluation factors are equal in importance; however, a proposal is unawardable at any price if, after final evaluation, either the Technical or Past Performance factor receives a rating of "Unacceptable." The evaluation does not permit tradeoffs between price and non-price factors. Award will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the solicitation; (2) that receives a rating of "Acceptable" on both the Technical; and (3) that submits the proposal with the lowest Total Evaluated Price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award no contract at all depending upon (1) the quality of proposals received and (2) the fair and reasonableness of the pricing of proposals received. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to satisfy the information below. The proposal must include: •1) License Subfactor : A valid United States Nuclear Regulatory Commission (US NRC) or current Agreement State license and any renewal documentation. FACTOR 2 - Price: Price proposals will be evaluated to determine which price proposal worksheet (Attachment 3) offers the lowest total evaluated price (TEP). The TEP will be calculated as the sum total of the unit prices of each item on the cost proposal worksheet submitted with the offeror's proposal. Evaluation Process: •(a) The Government will initiate concurrent evaluation of all evaluation factors on all proposals. The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government. •(b) If pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable; the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. •(c) For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable." At the conclusion of discussions, if the Technical factor is rated "Unacceptable" or if any deficiency or uncertainty relative to the proposal has not been unresolved, evaluation of that proposal will be considered final. The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. •(d) For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award. Before a proposal's specified expiration time, the Government may accept a proposal(s) (or part of a proposal), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Attachments: 1. BPA Specific Terms and Conditions 2. Smoke Detector Disposal PWS 3. Price List Worksheet 4. Wage Determination 2015-4731 Revision No:6 5. Provisions & Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-Q-0192/listing.html)
 
Record
SN05032039-W 20180812/180810231107-97397e6d38248be73bc77e7510376c13 (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.