Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

S -- Services to Remove/Dispose of Fats & bones

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
311613 — Rendering and Meat Byproduct Processing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-07-T-0034
 
Response Due
4/9/2007
 
Description
A) This is a combined synopsis and solicitation for commercial items (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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05- 07 -T- 0034 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-15 DFARS Change Notice 20070122 and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 2077. The North American Industry Classification systems (NAICS) code is 311613. The Size standard is 500 employees. E) Contract Line Item Numbers (CLINS) ? Provide Pricing in accordance with the Statement of Work in the following format (Periods of Performance are shown in Paragraph F): Location(s): Charleston AFB, SC 29404-2198; No of Containers: 2 ; Container size: 55 GAL; No. of Pick-ups weekly 1; Charleston NWS, SC 29445-8601; No of Containers: 3 ; Container size: 55 GAL; No. of Pick-ups weekly: 1; Fort Belvoir, VA 22060-6209; No of Containers: 10 ; Container size: 55 GAL; No. of Pick-ups weekly 1; Fort Benning, GA 31905-6203; No of Containers: 10; Container size: 55 GAL; No. of Pick-ups weekly 1; Fort Bragg North, NC 28307-5000; No of Containers: 2 ; Container size: 55 GAL; No. of Pick-ups weekly 1; Fort Bragg South, NC 28310-5000; No of Containers: ; Container size: GAL; No. of Pick-ups weekly 2; Fort Jackson, SC 29207-6060; No of Containers: 3 ; Container size: 32 GAL; No. of Pick-ups weekly 1; Langley AFB, VA 23665; No of Containers: 4 ; Container size: 55 GAL; No. of Pick-ups weekly 1; Parris Island MCRD, SC 29905-0039; No of Containers: 2 ; Container size: 55 GAL; No. of Pick-ups weekly 1; Tobyhanna AD, PA 18466-5082: No of Containers: 2 ; Container size: 55 GAL; No. of Pick-ups monthly 2; CLIN 0001; 0001AA Base Year; Price per Pick-up $____ 0001AB First Option Year; Price per Pick-up $_____ 0001AC Second Option Year; Price per Pick-up $_____ 0001AD Third Option Year; Price per Pick-up $_____ 0001AE Fourth Option Year; Price per Pick-up $_____ F) *The period of performance is May 1, 2007 thru April 30, 2008 Base period; and is further explained below: There will be a base period of twelve months and four consecutive one-year (12-month) options. Provide pricing for each of the five years. You are not required to provide a quote on all locations. Multiple awards may be made. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors ? Commercial Items Quotes shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE #; FAX # of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotation shall include a signed STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 120 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes after the exact time specified for receipt WILL NOT be considered (except in accordance with paragraph f of FAR 52.212-1) . The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest priced quote which meets the requirement specified herein. This is an Unrestricted procurement. All responsible sources may submit a quote which shall be considered. J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)(as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions ? Commercial): not applicable M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-36 Payment by Third Party; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.222-41 Service Contract Act of 1965, As Amended, DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting w/Firms that are Owned or Controller by the Government of a Terrorist Country; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 ALT II Transportation of Supplies by Sea-Alt II; 52.203-3 Gratuities; 52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government Alt 1; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.219-8 Utilization of Small Business Concerns; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adj (Multiple Yr and Opt Contracts); 52.225-13 Restriction on Certain Foreign Purchases; 52.228-5 Insurance Work on a Gov?t Installation; 52.232-17 Interest; 52.242-13 Bankruptcy. The following provisions, clauses and STATEMENT OF WORK must be read on our web site at www.commissaries.com/contract_division_solicitations.cfm 52.228-4501 Vehicle Operation, Registration and Insurance; 52.228-4502 Other Insurance Requirements; 52.232-4503 Remit to Address; 52.233-4500 Independent Review of Agency Protest; Fats & Bones Statement of Work. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): www.farsite.hill.af.mil THE FOLLOWING SOLICITATION PROVISIONS MUST BE READ IN FULL TEXT AT www.farsite.hill.af.mil DFARS 252.212-7000 Offeror Representations and Certification ? Commercial Items, DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.215-5 Facsimile Proposals, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses (filled in with DFARS and 2). N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRTACT (OCT 1995) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from MELLISSA A. RIOS, Defense Commissary Agency, 1300 E Ave, Fort Lee, VA 23801 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES CONSOLIDATED EQUIVALENT WAGE RATES NOTE: Equivalent wage rate information pertains to FAR Clause 52.222-42, entitled Equivalent Rates for Federal Hires May 1998 which is incorporated by referenced under FAR Clause 52.212-5 entitled Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commerical Items ? Aug 1996 EQUIVALENT WAGE RATE DATA IS FOR INFORMATION PURPOSES ONLY. IT IS NOT A WAGE DETERMINATION. Complete wage determination in hard copy may be obtain by written or verbal request from the office named in Block 9, SF 1449 LOCATION------------STATE?COUNTY-------EQUIV NO. ---EQ ISSUE DATE -----99730 REFUSE COLLECT 2-2---TRUCK DRIVER 6-2 --- TRK DRV MD 7-2 Charleston AFB SC Charleston 0119 12 Sep 06 $11.78 $15.86 $16.68 Charleston NWS SC Charleston 0119 12 Sep 06 $11.78 $15.86 $16.68 Ft Belvoir VA Fairfax 0027 28 Dec 06 $11.96 $18.09 $19.53 Ft Benning GA Chatahoochee 0040 28 Dec 06 $10.45 $14.28 $15.31 Ft Bragg No NC Cumberland 0099 05 Jul 06 $11.29 $15.39 $16.37 Ft Bragg So NC Cumberland 0099 05 Jul 06 $11.29 $15.39 $16.37 Ft Jackson SC Richland 0120 18 Jul 06 $10.72 $15.25 $16.37 Langley AFB VA Hampton 0140 18 Jul 06 $12.41 $16.12 $17.01 Parries Island MC SC Beaufort 0119 12 Sep 06 $11.78 $15.86 $16.88 Tobyhanna PA Monroe 0117 28 Dec 06 $14.18 $17.13 $17.78 The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, paragraph (c)(1). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office and www.dol.gov. If you are unable to obtain a copy of the Wage Determination(s) at www.wdol.gov, please contact the Contract Specialist listed below. LOCATION -------- STATE --- COUNTY -- WD NO. -- REV NO. --- REV DATE ----99730 REF COL ?TRK DR LT ---TR DR MED ?H&WEL Charleston AFB SC Charleston 05-2473 3 01 Dec 06 $10.19 $12.30 $12.98 $3.01 Charleston NWS SC Charleston 05-2473 3 01 Dec 06 $10.19 $12.30 $12.98 $3.01 Ft Belvoir VA Fairfax 05-2103 2 07 Nov 06 $12.86 $13.89 $17.09 $3.01 Ft Benning GA Chatahoochee 05-2173 2 03 Nov 06 $ 8.78 $10.53 $11.23 $3.01 Ft Bragg No NC Cumberland 05-2393 3 26 Feb 07 $9.67 $12.85 $13.45 $3.01 Ft Bragg So NC Cumberland 05-2393 3 26 Feb 07 $9.67 $12.85 $13.45 $3.01 Ft Jackson SC Richland 05-2475 2 6 Dec 06 $9.66 $13.55 $14.45 $3.01 Langley AFB VA Hampton 05-2543 2 15 Feb 07 $13.32 $12.24 $13.41 $3.01 Parris Island SC Beaufort 05-2473 3 01 Dec 06 $10.19 $12.30 $12.98 $3.01 Tobyhanna PA Monroe 05-2453 2 19 Dec 06 $11.72 $12.82 $13.81 $3.01 P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / CICDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time ON April 9, 2007. S) The point of contact for this solicitation is Barbara VanDoren , 804-734-8434, Contracting Officer, Melissa A. Rios, 804-734-8680.
 
Place of Performance
Address: Charleston AFB, SC; Charleston NWS, SC; Fort Belvoir, VA; Fort Benning, GA; Fort Bragg North, NC; Fort Bragg South, NC; Fort Jackson, SC; Langley AFB, VA; Parris Island MCRD, SC; and Tobyhanna AD, PA
Zip Code: 18466-5082
Country: UNITED STATES
 
Record
SN01261485-W 20070330/070328221742 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.