Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2020 SAM #6670
SOLICITATION NOTICE

D -- Competitive Requirement for the Incineration of IT Equipment

Notice Date
3/2/2020 5:15:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331492 — Secondary Smelting, Refining, and Alloying of Nonferrous Metal (except Copper and Aluminum)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-20-U-0001
 
Response Due
3/9/2020 2:00:00 PM
 
Archive Date
03/24/2020
 
Point of Contact
Irsha A. Maske, Phone: 2568421826
 
E-Mail Address
irsha.a.maske.civ@mail.mil
(irsha.a.maske.civ@mail.mil)
 
Description
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; proposals are being requested and a written solicitation will not be issued. The proposed contract listed herein is a lowest price technically acceptable competitive action.��� Solicitation number W31P4Q-20-U-0001 is being issued as a request for quote; the US Army Aviation and Missile Command intends to issue a firm fixed price purchase order for incineration of IT equipment. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. This requirement is for the incineration of 3,600 lbs. of IT Equipment to ash; the contractor shall provide the following: Facility shall be within a day driving distance from Redstone Arsenal, AL. (Not to exceed 10 hours) Facility shall be large enough to destroy equipment in one day. Facility shall specialize in IT asset destruction by incineration or smelting to ash. Facility shall allow for witness destruction and constant government physical control. Facility shall be an approved Department of the Army facility. Contractor shall be US owned company. 3,600 lbs. of material to be incinerated. �The anticipated period of performance is six months after award. Offerors shall submit a 2-3 page proposal that demonstrates previous experience on this type on this type of action in accordance with the Performance Work Statement.� The Performance Work Statement is provided as an attachment to this notice. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: CLIN 0001 � Supply/Service CLIN � This CLIN will be issued for the total acquisition of the required incineration services CLIN 0002 � Contractor Manpower Reporting (CMR) � See the attached Specification Requirement for the CMR requirements. � The place of delivery, acceptance and FOB point is: Contractor�s Facility � Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: 52.204-7 � System for Award Management (Oct 2018) 52.204-19�Incorporation by Reference of Representations and Certifications 52.204-13�System Award Management Maintenance (Oct 2018) 52.204-16� Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 � Ownership of Control of Offeror (Jul 2016) 52.204-18� Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-23�Prohibition on Contracting for Hardware, Software, and Services Developed or Provided By Kaspersky Lab and Other Covered Entities (Jul 2018) 52.204-24�Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.212-1 � Instructions to Offerors � Commercial Items (Jan 2017) 52.212-3 � Offeror Representations and Certifications � Commercial Items (Dec 2019)-Alternate I (Oct 2014) 52.212-4 � Contract Terms and Conditions � Commercial Items(Jan 2017) 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) 52.204-10�Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-25�Prohibition on Contracting For Certain Telecommunications and Video Surveillance Services or Equipment ( Aug 2019) 52.209-6 �Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10�Prohibition on Contracting with Inverted Domestic Corporations (N0v 2015) 52.219-28 � Post Award Small Business Program Representation (Jul 2013) 52.222-3 � Convict Labor (June 2003) 52.222-19 � Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 � Prohibition of Segregated Facilities (Apr 2015) 52.222-26 � Equal Opportunity (Sep 2016) 52.222-36�Equal Opportunity for workers with Disabilities (Jul 2014) 52.222-41�Service Contract Labor Standards (May 2014) 52.222-42� Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-50�Combating Trafficking in Persons (Mar 2015) 52.222-55�Minimum Wages Under Executive Order 13706 (Jan 2017) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 � Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 � Payment by Electronic Funds Transfer � System for Award Management (Oct 2018) 52.233-3� Protest After Award (Aug 1996) 52.233-4� Applicable Law for Breach of Contract Claim (Oct 2004) � � 52.232-1�Payments(Apr 1984) 52.232-8 �Discounts for Prompt Payment (Feb 2002) 52.232-9�Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-11 �Extras (Apr1984) 52.232-40 � Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) 52.233-1 �Disputes (May 2014) 52.242-15 � Stop-Work Order (Aug 1989) 52.243-1�Changes-Fixed Price (Aug 1987)-Alternate II(Apr 1984) 52.246-2 � Inspection of Supplies-Fixed Price (Aug 1996) 52.246-4�Inspection of Services-Fixed Price (Aug 1996) 52.246-16�Responsibility for Supplies (Apr 1984) 52.247-34 �F.O.B. Destination(Nov 1991) 52.249-4�Termination for Convenience of the Government (Services)(Short Form) (Apr 1984) 52.252-1�Solicitations Provisions Incorporated by Reference (Feb 1998) 52.252-5�Authorized Deviations in Provisions(Apr 1984) 52.252-2�Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract Section 52.253-1�Computer Generated Forms (Jan 1991) The following DFARS clauses are applicable to this requirement: 252.203-7002�Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7000 � Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005�Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003�Control of Government Personnel Work Product (Apr 1992) 252.204-7008�Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 � Safeguarding of Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015�Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7017�Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) � 252.204-7018�Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019) 252.211-7003 � Item Unique Identification and Valuation (Mar 2016) 252.215-7013�Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018) 252.225-7001�Buy American and Balance of Payments Program (DEC2016) 252.225-7048�Export-Controlled Items (Jun 2013) 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 � Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010�Levies on Contract Payments (Dec 2006) 252.237-7010 � Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) 252.243-7001 � Pricing of Contract Modifications (Dec 1991) 252.244-7000�Subcontracts for Commercial Items (Jun 2013) 252.247-7023� Transportation of Supplies by Sea (Feb 2019) � Other clauses may be included in the award if applicable.� As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. � Quotes are due no later than 4:00 pm (CST), 09 March 2020 in the contracting office. �Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. �Quotes may be submitted to Irsha Maske at Irsha.a.maske.civ@mail.mil.� If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: � ACC-RSA, CCAM-RDB ATTN: Irsha Maske (256-842-1826) Building 5400, Room B132 Redstone Arsenal, AL 35898-5250 � Oral communications are not acceptable in response to this notice. �NO FOREIGN PARTICIPATION IS ALLOWED.� All responsible sources may submit an offer which shall be considered by the agency.� In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable.�� All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number.� Quotes/offers received after the specified due date and time will not be considered for award.� For further information or questions regarding this solicitation, contact Irsha Maske via email at Irsha.maske.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/548d0ea88ec84e6cbd8d146c06232cce/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05576791-F 20200304/200302230203 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.