MODIFICATION
S -- REFUSE COLLECTION SERVICES AT CAMP SERE, CAMP MICHAEL MONSOOR, AND CAMP MORENA IN SAN DIEGO COUNTY, CALIFORNIA
- Notice Date
- 9/27/2018
- Notice Type
- Modification/Amendment
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CORONADO FEAD/CODE ROPMN Naval Air Station North Island PO Box 357007 San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247318Q0625
- Response Due
- 9/27/2018
- Archive Date
- 10/12/2018
- Point of Contact
- Shannon Litchy 619-545-4882 SHANNON LITCHY
- E-Mail Address
-
5-4882
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT 0009 Dated 27 September 2018 PROJECT TITLE: N62473-18-Q-0625, REFUSE COLLECTION SERVICES AT REMOTE SITES IN SAN DIEGO COUNTY, CA. Contract Specialist: Shannon L. Litchy (619) 545-4882, shannon.litchy@navy.mil 1.Amendment 0009 dated 27 SEPTEMBER 2018 is being issued to revise the Performance Work Statement; revise the combined synopsis/solicitation; and extend the due date for offers. Item# 1 The Performance Work Statement dated 6/14/2018 is hereby deleted and replaced by the Performance Work Statement dated 9/27/2018. Item #2 The Combined Synopsis/Solicitation dated 9/12/2018 is hereby deleted and replaced with the following text: This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The combined synopsis/solicitation is available at NECO (http://www.neco.navy.mil/). The Request for Quotes (RFQ) number is N62473-18-Q-0625. This solicitation documents and incorporates provisions and clauses are those in effect through FAR FAC 2005-100, Effective 22 August 2018 and DFARS current to DPN 20180824, effective 24 August 2018. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions included in both FAR and DFARS. The clauses may be accessed in full text at http://farsite.hill.af.mil/. The solicitation is for commercial services for which the Government is soliciting via Unrestricted, Full and Open competition. NAICS Code 562111 is applicable and the size standard is $38.5M. This combined synopsis/solicitation will close at 4:00 PM Pacific Time on 27 September 2018. Submit vendor quote to the Contract Specialist, Shannon L. Litchy, via email to the address shannon.litchy@navy.mil, with the subject line: RFQ N62473-18-Q-0625 Refuse Collection at Remote Sites. Procurement is for Refuse Collection Services utilizing a Firm-Fixed Price type contract with period of performance from 01 October 2018 through 30 September 2019. Quotes are being requested from sources that can provide the required services in accordance with the attached Performance Work Statement (PWS). The PWS is being provided as Attachment 1. See Addenda to FAR 52.212-1 and FAR 52.212-2 for submission requirements and evaluation criteria. Questions on this solicitation shall be submitted to the Contract Specialist via email. The Government will attempt to answer all questions in a timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, offerors are hereby directed to submit question(s) no later than (NLT) 10:00 AM Pacific Time on 14 September 2018. Questions submitted after the due time and date may not be entertained. Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its offer. The clause at 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. The following FAR/DFARS and NFAS provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1Instructions to Offerors - Commercial Items (JAN 2017) 52.212-3Alt. 1Offeror Representations and Certifications “ Commercial Items “ Alternate I (OCT 2014) 52.212-4Contract Terms and Conditions - Commercial Items (JAN 2017) 52.228-5 Insurance - Work On a Government Installation (JAN 1997) 52.232-39Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-1 Site Visit (APR 1984) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984) 252.203-7000Requirements Relating To Compensation of Former DoD Officials (SEP 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005Representation Relating To Compensation of Former DoD Officials (NOV 2011) 252.204-7003Control of Government Personnel Work Product (APR 1992) 252.204-7015Disclosure of Information to Litigation Support Contractors (MAY 2016) 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials “ Basic (SEP 2014) 252.232-7003Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7010Levies On Contract Payments (DEC 2006) 252.243-7001Pricing of Contract Modifications (DEC 1991) 252.244-7000Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 5252.215-9300 Content of Proposals 5252.246-9303 Consequences of Contractor ™s Failure to Perform Required Services 5252.246-9304 Estimating the Price of Nonperformed or Unsatisfactory Work CLAUSES INCORPORATED BY FULL TEXT ADDENDUM TO FAR 52.212-1 The Government anticipates award of single Firm Fixed Price (FFP) contract resulting from this solicitation. Offerors need to submit signed offer by the solicitation closing that: (1) shows the offeror is not taking exception to any solicitation term; and (2) includes price quote in excel with breakdown of different price elements with formulas. Quote shall include: 1.A price breakdown in excel format with breakdown of different elements with formulas. 2.Acknowledgement that offers shall be held firm for sixty (60) days. After the solicitation closing date, the contracting officer may require an offeror to promptly submit information to demonstrate the offeror is responsible. (See provision 52.212-2) 52.212-2EVALUATION “ COMMERCIAL ITEMS (OCT 2014) (a)The Government will make a single award to the lowest price offer. Any quote may be rejected if the contracting officer determines that it is unreasonable as to price. Unreasonableness of price includes not only the total price of the quote, but the prices for individual line items as well. (b)The Government intends to award on initial offers but reserves the right to conduct discussions. Price will be evaluated by using the offeror ™s total proposed price, meaning base plus all options. An award will only be made to an offeror who is lowest priced offeror and satisfies the general responsibility standards of FAR 9.104-1. The contracting officer may either make a responsibility determination without requesting any information from an offeror or require the offeror provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The particular information requested from an offeror will be specific to that offeror. For example, an offeror that the contracting officer is less familiar with may be required to provide information not required from another offeror. The contracting officer may consider an offeror ™s inability to promptly respond to a request for information as an indication the offeror is non-responsible since FAR 9.103(c) obligates prospective contractors to affirmatively demonstrate their responsibility. When the contracting officer requests responsibility information, the contracting officer ™s request, the offeror ™s response, and all related communications between the Government and offeror are solely for the purpose of determining whether the offeror is responsible. These communications will not constitute discussions within the meaning of FAR 15.306 since the offeror will not be given an opportunity to revise its proposal. While the contracting officer may require the offeror to provide any information related to the standards at FAR 9.104-1, the following are examples of information that may be required: 1.A demonstration, through information such as bank references and financial information (e.g., most current annual balance sheet), that the offeror has adequate financial resources to perform the contract. 2.A demonstration the offeror ™s price is not so low as to call into question the offeror ™s capability to successfully perform the contract. 3.Past performance information on recent contracts for items similar to this requirement, including a point of contact for the Government activity or commercial entity customer. 4.A demonstration the offeror can comply with the required performance schedule, including a transition plan. 5.A demonstration the offeror has, or can obtain, the organizational, management and technical skills to successfully perform. This demonstration may involve the particular personnel and approaches available to the offeror. 6.The offeror ™s quality assurance procedures. 7.The equipment and facilities the contractor will use. 8.Information demonstrating a proposed subcontractor satisfies the FAR 9.104-1 general standards of responsibility. 9.Completion of the Section K Certifications and Representations contained in this solicitation. 10.A demonstration the offeror isn ™t an inverted domestic corporation. 11.Certificate of registration of the company. 12.A demonstration the offeror has all registrations, permits and licenses required to perform the contract in the locations for which the offeror is proposing. 13.In the event the offeror is a joint venture, a Memorandum of Association which indicates who has the authority to bind the company. Nothing in this provision limits the contracting officer ™s discretion to rely on information available from other sources (e.g., past performance data bases, discussions with other entities familiar with the offeror) or to use any other technique described FAR 9.1 when determining whether the offeror satisfies the FAR 9.104-1 general responsibility standards. (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. (End of Provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2018) (a)The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1.52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 2.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (a)The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (1) 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). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) [Reserved] (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X(8) 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). _X(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (10) [Reserved] (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). (ii) Alternate I (Nov 2011) of 52.219-3. (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). (ii) Alternate I (Jan 2011) of 52.219-4. (13) [Reserved] (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (iii) Alternate II (Nov 2011). (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7. (iii) Alternate II (Mar 2004) of 52.219-7. (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). (ii) Alternate I (Nov 2016) of 52.219-9. (iii) Alternate II (Nov 2016) of 52.219-9. (iv) Alternate III (Nov 2016) of 52.219-9. (v) Alternate IV (Nov 2016) of 52.219-9. (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). (20) 52.219-16, Liquidated Damages ”Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X(22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women- Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X(26) 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _X(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X(28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X(29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X(30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X(31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X(33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (38) (i) 52.223-13, Acquisition of EPEAT ® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (ii) Alternate I (Oct 2015) of 52.223-13. (39) (i) 52.223-14, Acquisition of EPEAT ® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-14. (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (41) (i) 52.223-16, Acquisition of EPEAT ® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-16. _X(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (ii) Alternate I (Jan 2017) of 52.224-3. (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103- 182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (49) 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). (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X(55) 52.232-33, Payment by Electronic Funds Transfer ” System for Award Management (Jul 2013) (31 U.S.C. 3332). (56) 52.232-34, Payment by Electronic Funds Transfer ”Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (Apr 2003) of 52.247-64. (b)The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) X (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). X (4) 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). (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). X (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (c)Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph ‚¬(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause “ a.52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). b.52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). c.52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. d. 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. e. 52.222-21, Prohibition of Segregated Facilities (Apr 2015). f. 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). g. 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). h. 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). i. 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). j. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. k.52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). l.52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). m.Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). n.52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) o. 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) p.52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). q.52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). r.52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). s.52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). t.Alternate I (Jan 2017) of 52.224-3. u.52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). v. 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. w. 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (4 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. x.While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of(DEVIATION) after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 5252.216-9314 Economic Price Adjustment For Changes in Landfill/Disposal Fees. ECONOMIC PRICE ADJUSTMENT FOR CHANGES IN LANDFILL/DISPOSAL FEES (JUN 1994) (a) The Contractor shall notify the Contracting Officer, at any time during contract performance, the disposal fee unit prices shown in the schedule in Section B either increase or decrease as a result of new landfill/disposal fees set by the County Commissioners. The Contractor shall furnish this notice within 20 calendar days after being notified of any increase or decrease, or within any additional period that the Contracting Officer may approve in writing. Adjustment for increases shall not be retroactive beyond the 20 calendar day notification period or such time as approved in writing by the Contracting Officer. Adjustments for decreases shall be made effective immediately on the date they are implemented by the landfill. The notice shall include the amount of the adjustment (increase or decrease), the effective date and supporting data explaining the cause of the adjustment. (b) Promptly after the Contracting Officer receives the notice and date under paragraph (a) above, the Contracting Officer shall modify this contract to include the increase or decrease in the disposal fee (resulting from the adjustment) and its effective date. The contractor shall continue performance pending adjustment. (c) The Contractor warrants that the prices in this contract do not include any allowance for any contingency to cover increased costs for which adjustment is provided under this clause. (d) No increase shall exceed the cost of using other alternative landfills which are available for use by the Contractor, considering the disposal fees, labor and transportation cost. (e) Any price adjustment under this clause is subject to the following limitations: (1) Any adjustment shall be limited to the effect on unit prices as a result of new landfill/disposal fees set by the San Diego County Commissioners. There shall be no adjustment for (i) changes in rates or unit prices other than those shown in the Schedule, or (ii) changes in the quantities of labor or material used from those shown in the Schedule for each item. (2) No upward adjustment shall apply to supplies or services that are required to be delivered or performed before the effective date of the adjustment. (3) No upward adjustment shall be approved for any disposal fee increase that does not apply equally to all landfill customers of similar conditions of service. (4) The aggregate of the increases in any contract unit price for disposal fees made under this clause shall not exceed 100 percent of the originally awarded unit price for line item, disposal fees for the base period. There is no percentage limitation on the amount of decreases that may be made under this clause. (5) There will be no adjustment for any increase in the disposal fees which will not result in a net change of at least 3 (three) percent of the total unit price for the then current contract term (not the cumulative total contract price). (f) The Governments obligation under this clause is contingent upon the availability of appropriated funds before payment for this increase can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this increase and until the Contractor receives notice of such availability, to be confirmed inwriting by the Contracting Officer. The clause entitled Availability of Funds in Section I, paragraph applies. (End of clause) ATTACHMENTS: 1.REVISED Performance Work Statement (PWS) Item #3 The due date for all offers is extended to 9/27/2018 at 4:00 PM/PST. 2.Contractor shall acknowledge any and all amendments when submitting quote. 3.All other terms and conditions remain unchanged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711W/N6247318Q0625/listing.html)
- Record
- SN05107569-W 20180929/180928002238-4c5a5b22a69696d73a2632902d130eb0 (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 |