SOLICITATION NOTICE
S -- Waste Disposal Services, Ames, IA
- Notice Date
- 3/26/2020 1:12:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B20R0004
- Response Due
- 4/10/2020 12:00:00 PM
- Archive Date
- 04/25/2020
- Point of Contact
- Joshua J. Dobereiner, Phone: 3096816410
- E-Mail Address
-
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial services�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.� Solicitation number 12505B20R0004 is issued as a request for proposals (RFP).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 562111 (Solid Waste Collection), with a small business size standard of $41.5 Million. This acquisition is for the following services�as identified in the Contract Line Item Number (CLIN): 0001)� Garbage Collection Service � Base Year 0002)� 30 Cubic Yard Roll Off Containers � Base Year 0003)� 10 Cubic Yard Roll Off Container � Base Year 0004)� 20 Cubic Yard Roll Off Container - Base Year 0005)� Roll Off Container Landfill Disposal Charge � Base Year 0006)� Trip Charge from Ames Resource Recovery Plant to Boone County Landfill - Base Year 0007)� Trip Charge for Inaccessible Roll Off Container - Base Year 0008)� Dig Out Fee - Base Year 0101)� Garbage Collection Service � Option Year 1 0102)� 30 Cubic Yard Roll Off Containers � Option Year 1 0103)� 10 Cubic Yard Roll Off Container � Option Year 1 0104)� 20 Cubic Yard Roll Off Container - Option Year 1 0105)� Roll Off Container Landfill Disposal Charge � Option Year 1 0106)� Trip Charge from Ames Resource Recovery Plant to Boone County Landfill - Option Year 1 0107)� Trip Charge for Inaccessible Roll Off Container - Option Year 1 0108)� Dig Out Fee - Option Year 1 0201)� Garbage Collection Service � Option Year 2 0202)� 30 Cubic Yard Roll Off Containers � Option Year 2 0203)� 10 Cubic Yard Roll Off Container � Option Year 2 0204)� 20 Cubic Yard Roll Off Container - Option Year 2 0205)� Roll Off Container Landfill Disposal Charge � Option Year 2 0206)� Trip Charge from Ames Resource Recovery Plant to Boone County Landfill - Option Year 2 0207)� Trip Charge for Inaccessible Roll Off Container - Option Year 2 0208)� Dig Out Fee - Option Year 2 0301)� Garbage Collection Service � Option Year 3 0302)� 30 Cubic Yard Roll Off Containers � Option Year 3 0303)� 10 Cubic Yard Roll Off Container � Option Year 3 0304)� 20 Cubic Yard Roll Off Container - Option Year 3 0305)� Roll Off Container Landfill Disposal Charge � Option Year 3 0306)� Trip Charge from Ames Resource Recovery Plant to Boone County Landfill - Option Year 3 0307)� Trip Charge for Inaccessible Roll Off Container - Option Year 3 0308)� Dig Out Fee - Option Year 3 0401)� Garbage Collection Service � Option Year 4 0402)� 30 Cubic Yard Roll Off Containers � Option Year 4 0403)� 10 Cubic Yard Roll Off Container � Option Year 4 0404)� 20 Cubic Yard Roll Off Container - Option Year 4 0405)� Roll Off Container Landfill Disposal Charge � Option Year 4 0406)� Trip Charge from Ames Resource Recovery Plant to Boone County Landfill - Option Year 4 0407)� Trip Charge for Inaccessible Roll Off Container - Option Year 4 0408)� Dig Out Fee - Option Year 4 Specifications: �See attached Statement of Work. The Contractor shall provide all items F.O.B. destination.� Location of the Government site is aboard USDA ARS Ames, IA 50010 and will be identified in the contract.� The Government anticipates award of a Firm Fixed Price, Indefinite Quantity�contract. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1.� Submission of proposal shall include the following:� (1) Technical (show capable of performing work by providing information on 3 to 5 prior contracts that are similar in size and scope) and (2) Price. All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is lowest price technically acceptable (LPTA).� LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:� (1) Technical and (2) Price and must also have satisfactory Past Performance.� The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.� This will continue until the lowest price proposal is determined technically acceptable.� Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Services will be inspected by Contracting Officer Representative (COR) and accepted at destination.� The Government requires services to begin May�1, 2020 or upon award, whichever is later. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:� FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representations;� FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 System for Award Management; 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 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.204-20 Predecessor of Offeror; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-6 Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical and price); FAR 52.212-3 Offeror Representations and Certifications�Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-22 Indefinite Quantity; FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Nondisplacement of Qualified Workers; FAR 52.222-19 Child Labor � Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-54 Employment Eligibility Verification; FAR 52.222-55 Minimum Wages Under Executive Order 13658; AR 52.222-62 Paid Sick Leave Under Executive Order 13706; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs; �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; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.� NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.� All invoices shall be submitted electronically. Proposals must be received no later than 1:00 PM Central Daylight Time on March 20, 2020. Questions in regards to this combined synopsis/solicitation are due no later than 5:00 PM CDT on March 10, 2020.� Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. Amendment 01 is issued to revise the period of performance.� Services are required to begin on May 1, 2020 not April 1, 2020 as previously indicated.� The revised period of performance is: Base Year:� May 1, 2020 through April 30, 2021 Option Year 1:� May 1, 2021 through April 30, 2022 Option Year 2:� May 1, 2022 through April 30, 2023 Option Year 3:� May 1, 2023 through April 30, 2024 Option Year 4:� May 1, 2024 through April 30, 2025 Amendment 02 is issued to extend the due date for proposals to 2:00 PM CDT on Friday, April 10, 2020. Amendment 03 is issued to provide responses to all requests for information (RFI) received by the RFI deadline and to provide a revised Statement of Work based on the responses to the RFIs. Pages 2 through 11 of the attached SF-30 shall be used to provide pricing.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/438d71e1b2974fd09d74ca5dc51c4704/view)
- Place of Performance
- Address: Ames, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN05601367-F 20200328/200326230145 (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 |