Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOLICITATION NOTICE

P -- Silver recovery and disposal.

Notice Date
2/7/2008
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ08T0061
 
Response Due
2/13/2008
 
Archive Date
4/13/2008
 
Point of Contact
donna.blossom, (910) 907-6851
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(donna.blossom@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-08-T-0061 and is a request for quotation (RFQ). This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 4953 and the small business size standard is $11.5 million average annual receipts taken for the last three fiscal years. The North American Industry Classification System Code is 562211. Womack Army Medical Center, Fort Bragg, North Carolina, 28310-5000, has a requirement for the following: CLIN 0001Base Year -- Non personal services to provide complete service for the proper handling and processing required for the quarterly removal and disposal of photo chemical waste to include scrap and archival film as well as precious metals recovery (silver flake) for the period of 1 March 08 through 30 Sep 08 as stated in the Statement of Work. Statement of Work and Technical Exhibits to be provided upon request. Quarterly estimates are 3077 scrap/Archival fil m, 33 gallons of cartridges and 2 samples. QUANTITY: 3 Quarters (Time) PRICE: __________________ TOTAL: _____________________ CLIN 1001Option Year One-- Period of Performance 1 October 2008 through 30 September 2 009. QUANTITY: 4 Quarters (Time) PRICE: __________________ TOTAL: _____________________ CLIN 2001Option Year Two-- Period of Performance 1 October 2009 through 30 September 2010. QUANTITY: 4 Quarters (Tim e) PRICE: __________________ TOTAL: _____________________ CLIN 3001Option Year Three-- Period of Performance 1 October 2010 through 30 September 2011. QUANTITY: 4 Quarters (Time) PRICE: __________________ TOTAL: _____________________ CLIN 1001Option Year Four-- Period of Performance 1 October 2011 through 30 September 2012. QUANTITY: 4 Quarters (Time) PRICE: __________________ TOTAL: _____________________ Quotes shall be submitted on a separate sheet of paper in accordance with the instructions on this solicitation. The Government anticipates awarding a single award for this requirement. All offers received in response to this solicitation will be c onsidered. Responses are to be faxed to Donna Blossom at 910-907-9307 or emailed to donna.blossom@us.army.mil no later than 13 February 2008 @ 1:00 pm. The following provisions in their latest editions apply to this solicitation: (1) 52.212- 1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) completed c opy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mai l address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. (2) FAR 52.212-2, The Government will award a contract resulting f rom this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Pr ice and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unaccept able. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on prepond erance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Mo derate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and s pecified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work sched ules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Offeror without technical or insufficient technical information to show that their offer meets the performa nce work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without d iscussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (3) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer.<B R>(4) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses 52.217-8 (30 days prior to expiration of the contract) (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, par a (b)(15), (16),(17), (18), (19), (31), (6) DFAR 252.232-7003 (7) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far , http://www.farsite.hill.af.mil, or http://web2deskbook.osd.mmil/default.asp It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications  Commercial Items; an authorized representative of the offeror must sign these rep resentations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions  Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items; with applicable FAR Clauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.222-41, and 52.222-42. T he Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. GENERAL INFORMATION: Only t he Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Monthly payment under the terms of the contract will be made in arrears. The following FAR provisions and cla uses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.219-28 Post-Award Small Business Program Representation; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Spec ial Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act  North American Free Trade Agreement; 52.228-5 Insurance-Work on a Government Installation; 252.204-7004 Required CCR; 52.217-8 Option to E xtend Services; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar This is a combined synopsis/so licitation for commercial items 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; proposals are being requested and a written s olicitation will not be issued.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN01503420-W 20080209/080207231657 (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.