SOLICITATION NOTICE
R -- Waste Destruction Services
- Notice Date
- 4/9/2024 7:32:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N6660424Q0200
- Response Due
- 4/15/2024 11:00:00 AM
- Archive Date
- 04/30/2024
- Point of Contact
- Kevin E. Silva, Phone: 4018323558
- E-Mail Address
-
kevin.e.silva2.civ@us.navy.mil
(kevin.e.silva2.civ@us.navy.mil)
- Description
- N66604-24-Q-0200 Combined Synopsis/Solicitation This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued. This solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-24-Q-0200. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (ID/IQ) contract to Gannon & Scott Phoenix, Inc., (Cage: 338M7), on a sole source basis for Classified and Unclassified non-paper waste material destruction, in accordance with the Statement of Work, provided as Attachment 1. This requirement is solicited on an unrestricted basis, as concurred with by NUWCDIVNPT�s Office of Small Business Programs. The North American Industry Classification Systems (NAICS) Code is 562219; the Small Business Size Standard is $47 Million Dollars. Naval Undersea Warfare Center Division, Newport Code 105 requires destruction of Classified and Unclassified non-paper waste material by an off-site, Department of the Navy (DoN) authorized vendor. The services procured must be in accordance with DoDM 5205.07, Volumes 1-4, Disposition of DOD Information Technology Devices dated 27 July 2017 and the National Security Agency Central Security Service NSA/CSS Policy Manual 9-12. The items being destroyed are subject to strict chain of custody and sanitation regulations.� As such, they can only be destroyed by a Department of Navy (DoN) approved vendor.� The DoN memorandum �Disposition of DOD Information Technology Devices� dated 27 July 2017 dictates the requirement for such destruction. Gannon & Scott is the facility in New England that is approved and qualified to destroy sensitive non-paper waste material. Therefore, this requirement will be awarded to Gannon & Scott Phoenix, Inc., on a sole source basis, as follows: CLIN: 0001 Description: Non-Paper Waste Destruction (Priced Per Pound) CLIN: 0002 Description: Contract Data Requirement Lists (CDRLS), Not Separately Priced (NSP) The period of performance is date of award through 60 months thereafter. The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided below (identified to the current Revision available as of the issue date of this solicitation): WAGE DETERMINATION #: 2015-4089 Rev 25); AREA: RI (Statewide), Attachment 2. Shipping is F.O.B Destination. Pricing Tables: 1.The Offeror shall provide Firm Fixed Prices (FFPs)� for each ordering period as part of its price submission within the pricing table below: (OFFEROR TO FILL IN) CLIN 0001� Non-Paper Waste Destruction Price Per Pound Year 1 $ Year 2� $ Year 3 $ Year 4 $ Year 5 $ Issuance of Task Orders: Each ordering period consists of one year. Year 1 ordering period will be date of award through 12 months thereafter. The contract minimum guarantee referred to in paragraph (b) of FAR Clause 52.216-22 �Indefinite Quantity�, is $2,500. The Maximum ceiling under this IDIQ is established at $300,000.00, and estimated $60,000.00 per year. This notice is not a request for competitive quotes. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The below provisions and clauses incorporated by reference and clauses incorporated by full text, provided in Attachment 3 apply to this solicitation: 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 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, (ALT 1), 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 or Executive Orders-Commercial Items; FAR 52.216-19, Order Limitations; FAR 52.216-22, Indefinite Quantity; FAR 52.216-24, Limitation of Government Liability; FAR 52.243-1 Alt I, Changes- Fixed Price FAR 52.245-1 Government Property FAR 52.245-9 Uses and Charges FAR 52.246-4, Inspection of Services�Fixed Price; FAR 52.246-20, Warranty of Services; FAR 52.249-2 Termination for Convenience of the Government (Fixed-price) FAR 52.249-8, Default (Fixed-Price Supply & Service); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements. Payment will be made via Wide Area Workflow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. Questions and quotations must be submitted via electronic submission to Kevin E. Silva at kevin.e.silva2.civ@us.navy.mil. The quote must be received on or before day, April 15, 2024 at 02:00PM EST. Attachment List Statement of Work WAGE DETERMINATION #: 2015-4089 Rev 21); AREA: RI Full Text Clause and Provisions Contract Data Requirements Lists (CDRLs)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9e04a298590842aeb81b98b7e9d3c13d/view)
- Place of Performance
- Address: Newport, RI 02840, USA
- Zip Code: 02840
- Country: USA
- Zip Code: 02840
- Record
- SN07024280-F 20240411/240409230049 (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 |