Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOLICITATION NOTICE

S -- Refuse Disposal/Dumpster Service

Notice Date
9/22/2020 1:14:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
CISA� ACQ DIV Washington DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RCSA20Q00000145
 
Response Due
9/25/2020 12:00:00 PM
 
Archive Date
10/10/2020
 
Point of Contact
Sharon Johnson
 
E-Mail Address
sharon.johnson@hq.dhs.gov
(sharon.johnson@hq.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Department of Homeland Security (DHS), Cybersecurity and Infrastructure Security Agency (CISA) to procure refuse disposal services at the CISA Pensacola facility located at 1000 Chief�s Way; Building 3782, Pensacola, Florida.� This facility is physically located on Naval Air Station Pensacola � Corry Station. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in Subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) The solicitation number for this requirement is�70RCSA20Q00000145 and is being issued as a Request for Quotation (RFQ). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. �� (iv) This procurement is a small business set-aside. �The North American Industry Classification System (NAICS) code is 562219 � Other Nonhazardous Waste Treatment and Disposal � (v) The Department of Homeland Security, Office of Procurement Operations intends to award a Firm Fixed Price purchase order.� The contract line item numbers (CLINs) for this requirement are as follows: CLIN� Description����������������������������������������������������������������� 0001��� Dumpster Service in accordance with SOW 2.1 0002 �� Dumpster Delivery Fee in accordance with SOW 2.1 1001��� Dumpster Service in accordance with SOW 2.1] 2001�� �Dumpster Service in accordance with SOW 2.1 3001��� Dumpster Service in accordance with SOW 2.1 4001��� Dumpster Service in accordance with SOW 2.1 (vi) See Attachment I Statement of Work which will both be incorporated into the purchase order.� Wage Determination 2015-4562 Revision No. 14 applies for this procurement and can be accessed at beta.SAM.gov.� The wage determination will be incorporated by reference and/or incorporated into the purchase order.� (vii) The period of performance for this purchase order is twelve-months after date of award with four twelve-month option periods.� Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2020) is incorporated into this solicitation. Offerors may obtain the full text version of this provision electronically at www.acquisiton.gov/far/ (ix) 52.212-2 Evaluation-Commercial Items is not applicable for this procurement.� This procurement is being awarded on a lowest price technically acceptable basis.� (x) FAR 52.212-3 Offeror Representations and Certifications � Commercial Items applies to this procurement.� (xi) FAR 52.212-4 Contract Terms and Conditions � Commercial Items applies to this procurement. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items applies to this procurement.� (xiii) There are no additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.� (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable for this solicitation. (xv) Quotations are due no later than Friday September 25, 2020 at 3:00 PM Eastern Standard Time. �Quotations shall be e-mailed to Contract Specialist, Sharon.D.Johnson@hq.dhs.gov and Contracting Officer Paula.Nusbaum@hq.dhs.gov.� The Offeror shall submit a firm-fixed price for each CLIN and provide a technical response no more than 3 pages which describes the Offeror�s capability and experience in performing the services.� The Offeror shall also complete and provide the certification required for provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019). (xvi) For information regarding the solicitation, please contact Sharon.D.Johnson@hq.dhs.gov and Paula.Nusbaum@hq.dhs.gov.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2d03cf6ea751411cbb81b0dc39224401/view)
 
Place of Performance
Address: Pensacola, FL 32507, USA
Zip Code: 32507
Country: USA
 
Record
SN05806946-F 20200924/200922230210 (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.