SOLICITATION NOTICE
W -- Dumpster Rental & Hauling Services
- Notice Date
- 2/4/2022 5:53:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-22-Q-0011
- Response Due
- 2/9/2022 4:00:00 PM
- Archive Date
- 02/24/2022
- Point of Contact
- Marshall Haymore, Melinda Nixon
- E-Mail Address
-
marshall.v.haymore.mil@army.mil, melinda.l.nixon.mil@army.mil
(marshall.v.haymore.mil@army.mil, melinda.l.nixon.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Dumpsters This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors � Commercial Items, which applies to this acquisition. Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-22-Q-0010. The North American Industry Classification System (NAICS) code applicable to this acquisition is 562111, Solid Waste Collection and the small business size standard is $41.5 million. This procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. (iv) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, Effective: January 30, 2022. description of requirements (v) The Government is seeking to acquire covered dumpsters rental and hauling services at Fort Greely Donnelly Training Area (DTA), Yukon Training Area (YTA), Training Area 108 (TA108), and Railhead. The supply of covered dumpsters are to ensure disposal of waste and human waste at DTA and YTA. The supply shall include rental, delivery, pick-up, set-up, and hauling of covered dumpsters. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The government reserves the right to award multiple purchase orders as necessary to achieve the full quantity specified in the solicitation. The Government will consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: (vi) A list of contract line item number(s) and items, quantities, and units of measure: CLIN: 0001 DESCRIPTION OF REQUIREMENTS: Dumpster Lease & Incidental Hauling � Donnelly Training Area EXTENDED DESCRIPTION: The contractor shall provide thirty-three (x33) 40CY Roll-off covered dumpsters with 213 total hauls. Hauls shall be scheduled per dumpster twice a week for the duration of the specified performance period. See �Performance Work Statement, 3.2: Table of performance� for more details. QTY: 33 Unit of Issue: Each Unit Price:________________________ Extended Price:____________________ CLIN: 0002 DESCRIPTION OF REQUIREMENTS: Dumpster Lease & Incidental Hauling � Yukon Training Area EXTENDED DESCRIPTION: The contractor shall provide ten (x10) 40CY Roll-off covered dumpsters with 60 total hauls. Hauls shall be scheduled per dumpster twice a week for the duration of the specified performance period. See �Performance Work Statement, 3.2: Table of performance� for more details. QTY: 10 Unit of Issue: Each Unit Price:________________________ Extended Price:____________________ CLIN: 0003 DESCRIPTION OF REQUIREMENTS: Dumpster Lease & Incidental Hauling � Railhead EXTENDED DESCRIPTION: The contractor shall provide one (x1) 40CY Roll-off covered dumpster with 8 total hauls. Hauls shall be scheduled per dumpster twice a week for the duration of the specified performance period. See �Performance Work Statement, 3.2: Table of performance� for more details. QTY: 1 Unit of Issue: Each Unit Price:________________________ Extended Price:____________________ CLIN: 0004 DESCRIPTION OF REQUIREMENTS: Dumpster Lease & Incidental Hauling � Allen Army Airfield EXTENDED DESCRIPTION: The contractor shall provide one (x1) 40CY Roll-off covered dumpster with 4 total hauls. Hauls shall be scheduled per dumpster twice a week for the duration of the specified performance period. See �Performance Work Statement, 3.2: Table of performance� for more details. QTY: 1 Unit of Issue: Each Unit Price:________________________ Extended Price:____________________ CLIN: 0005 DESCRIPTION OF REQUIREMENTS: Dumpster Lease & Incidental Hauling � Donnelly Training Area EXTENDED DESCRIPTION: The contractor shall provide ten (x10) 40CY Roll-off covered human waste dumpsters with 60 total hauls. Hauls shall be scheduled per dumpster twice a week for the duration of the specified performance period. See �Performance Work Statement, 3.2: Table of performance� for more details. QTY: 10 Unit of Issue: Each Unit Price:________________________ Extended Price:____________________ CLIN: 0006 DESCRIPTION OF REQUIREMENTS: Dumpster Lease & Incidental Hauling � Yukon Training Area EXTENDED DESCRIPTION: The contractor shall provide five (x5) 40CY Roll-off covered human waste dumpsters with 30 total hauls. Hauls shall be scheduled per dumpster twice a week for the duration of the specified performance period. See �Performance Work Statement, 3.2: Table of performance� for more details. QTY: 5 Unit of Issue: Each Unit Price:________________________ Extended Price:____________________ (vii) The expected Period of Performance for this effort varies by location during the duration of the exercise. The entire period of performance covers from February 18, 2022 to March 30, 2022. See �Performance Work Statement� for more details. (viii) OFFEROR INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUL 2021), applies to this acquisition.� The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the �EVALUATION FACTORS FOR AWARD� Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. 2. Price Quote: The quoter shall submit complete pricing for each CLIN listed in the �Description of Requirements� Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). All options must be priced. 3. Past Performance: The quoter will evaluated in accordance with the following:� DFARS Provision 252.213-7000 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluation in Past Performance Evaluations (SEP 2019) will be used to conduct the evaluation. A full text of the provision is located below (under section �xiii�). (ix) Evaluation Factors for Award: The specific evaluation criteria included are price and past performance as defined below: Factor I � Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items inclusive of all option periods. The total firm-fixed-price shall include all applicable taxes and all associated price as outlined in paragraph (v) above. Factor II � Past Performance: The Government will evaluate past performance by ranking all quoters based on the SPRS�s Supplier Risk Score. In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. **Basis for Award: The Government intends to award a firm-fixed-price contract to the responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award. The vendor must be actively registered in the System for Award Management (SAM) at the time of offer submission. The award decision will be based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. In order to arrive at the best value determination, the Government reserves the right to resolve quote deficiencies with one, some, or all contractors at its discretion. Additionally, the quote will be evaluated for a fair and reasonable price. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. The following additional FAR clauses and provisions are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.217-8 Option to Extend Service (NOV 1999) 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) 52.219-28, Post Award Small Business Program Representation 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) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. ������������� (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-18 Availability of Funds 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems.� (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation.� (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7007 Limitation of Government�s Obligation (APR 2014) 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021) 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea, Basic (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition. Attachment 1 � JPMRC 22-02 DUMPSTERS PWS_UPDATED_V2.DOCX 252.213-7000 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluation in Past Performance Evaluations Applies (SEP 2019) (a) The Supplier Performance Risk System (SPSR) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers� past performance in accordance with DFARS 213.106-2 (b)(i). (b) SPRS collects quality and delivery data on previously awarded contracts and orders from existing Department of Defense reporting systems to classify each supplier�s performance history by Federal supply class (FSC) and product or service code (PSC). The SPRS application provides the contracting officer quantifiable past performance information regarding a supplier's quality and delivery performance for the FSC and PSC of the supplies being purchased. (c) The quality and delivery classifications identified for a supplier in SPRS will be used by the contracting officer to evaluate a supplier�s past performance in conjunction with the supplier�s references (if requested) and other provisions of this solicitation under the past performance evaluation factor. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government. (d) SPRS classifications are generated monthly for each contractor and can be reviewed by following the access instructions in the SPRS User�s Manual found at 1ttps://www.sprs.csd.disa.mil/reference.htm. Contractors are granted access to SPRS for their own classifications only. Suppliers are encouraged to review their own classifications, the SPRS reporting procedures and classification methodology detailed in the SPRS User's Manual, and SPRS Evaluation Criteria available from the references at https://www.sprs.csd.disa.mil/pdf/SPRS_DataEvaluationCriteria.pdf. The method to challenge a rating generated by SPRS is provided in the User�s Manual. (End of provision) (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv) DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Formatting Requirements: Submit quotes in electronic PDF. Questions Due Date and Submission Requirements: All questions must be received before February 8, 2022 at 9:30 AM, Hawaiian Standard Time. Questions must be emailed to marshall.v.haymore.mil@army.mil. Include RFQ# W912CN-22-Q-0011 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on February 9, 2022 at 2:00 PM, Hawaiian Standard Time. Government RFQ Point of Contract: The point of contact for this solicitation is Marshall Haymore at marshall.v.haymore.mil@army.mil. Reference RFQ# W912CN-22-Q-0011 on all email exchanges regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7abd8eeb48f463f9292297bb24243b9/view)
- Place of Performance
- Address: Delta Junction, AK 99737, USA
- Zip Code: 99737
- Country: USA
- Zip Code: 99737
- Record
- SN06233641-F 20220206/220204230109 (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 |