SOLICITATION NOTICE
S -- USCG FY21 Waste Pickup
- Notice Date
- 9/2/2020 8:45:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 56211
—
- Contracting Office
- BASE ELIZABETH CITY(00081) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08120QSF020
- Response Due
- 9/9/2020 11:00:00 AM
- Archive Date
- 09/24/2020
- Point of Contact
- Janelle M. McCourtney, Phone: 2523356581, JEFFREY. C. REAMS, Phone: 2523356513
- E-Mail Address
-
Janelle.m.mccourtney@uscg.mil, JEFFREY.C.REAMS@USCG.MIL
(Janelle.m.mccourtney@uscg.mil, JEFFREY.C.REAMS@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance FAR Part 12; Acquisition of Commercial Items shall be used as supplemented with additional information included in this notice. This requirement is being solicited as a 100% Set-Aside for Small Business. The United States Coast Guard (USCG) Base Elizabeth City intends to award the contract for Waste Removal at two USCG locations 1) USCG SFO Fort Macon 2301 E. fort Macon rd. Atlantic Beach NC 28512 and Station Emerald Isle 11101 Terrell Horne III Way NC, 28594. This announcement constitutes the only solicitation. Quotations are being requested under number 70Z08120QSF020. The date and time set for receipt of offer is 09/09/2020, no later than 2:00PM, Eastern Time. Offer shall be submitted to: U.S. Coast Guard Base Elizabeth City, SK2 Janelle McCourtney (Janelle.M.McCourtney@uscg.mil), Purchasing Agent, USCG Air Station Elizabeth City, 1664 Weeksville Road, Building 49, Elizabeth City, NC 27909-5006. ***Request that all quotes terms and pricing remain valid for up to 30 days.*** This is going to be a service contract for fiscal year 21 (October 01, 2020- 30 September 2021). This is an expected sole source solicitation. �All questions regarding this solicitation shall be submitted to SK2 Janelle McCourtney on or before 09/08/2020 11:00pm. The NAICS code is 56211. The small business size standard is $38.5 million. See below for the specific performance specifications. This resultant contract from this solicitation will be firm fixed price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06. The following clauses and provisions apply to this acquisition: 52.232-18 Availability of Funds. Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes 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 contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.212-1 Instructions to Offerors Commercial Items. The provision at 52.212-2 Evaluation Commercial Items; the evaluation criteria are as follows: (1) Price, (2) Estimated time required to complete work, (3) Past Performance. Evaluation factors (2) thru (3) combined are equal to (1). The contract award will be offered to the best value offer made to the Government, considering price, qualified technician, Warranty, Estimated time required to complete work, Past Performance, Security Clearance and Maintenance Availability Evaluate. In addition, all offerors must submit a completed form FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items. This clause may be downloaded, free of charge, at http://www.acquisition.gov/far. Offerors who fail to submit a completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. All Offerors must be registered with the System Award Management (SAM) per FAR-7, System Award Management. Offerors who are not registered with SAM may be considered nonresponsive and will not be considered in the evaluation. The contractor will be required to provide along with price, a delivery schedule, sufficient technical literature, past performances information, completed FAR 52.212-3, and Offerors name, address, point of contact name, phone number, email address, fax number, tax identification number and DUNS number. Relevant Past performance information should be three references within the last five (5) years. Provide Company's name, point of contact, telephone number, fax number and email address. This information must be current. FAR 52.212.-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Term and Conditions required to implement Statutes or Executive Orders-Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.223-6 and 52.247-34. Additional FAR Clauses applicable to this requirement: 52.203-6 (Alt 1), 52.222-19, 52.229-3, 52.232-8, 52.246-2, 52.246-4 and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.acquisition.gov/far. No Numbered Notes are included in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/871a344fccb5472ab515357fbc0972a1/view)
- Place of Performance
- Address: Atlantic Beach, NC 28512, USA
- Zip Code: 28512
- Country: USA
- Zip Code: 28512
- Record
- SN05783834-F 20200904/200902230138 (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 |