Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

F -- Removal and disposal of used antifreeze

Notice Date
3/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0106
 
Response Due
4/25/2011
 
Archive Date
5/10/2011
 
Point of Contact
Nancy Peterson 910-451-1582 Nancy Peterson 910-451-1582
 
E-Mail Address
illiams
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial services 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 publication. Solicitation number M6700111Q0106 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-50 16 March 2011. This procurement is set aside 100% for SMALL BUSINESS. The North American Industrial Classification System (NAICS) code for this requirement is 562219 and the small business size standard is $12.5M. This requirement is being procured utilizing FAR Part 13 procedures. This procurement is for the purchase of services to remove used anti-freeze from a storage tank located aboard Camp Lejeune, NC. Evaluation and Basis for Award: Award will be made to the lowest-priced technically acceptable quote. Technical acceptability will be determined by Contractor ™s submission of proper licensing/authorization to haul, store, treat, dispose of, or reclaim used antifreeze. Contractor shall submit copy of license/authorization with quote. The Government intends to make a single firm-fixed price award to satisfy the requirement. Pricing Quote Submission: The Government will conduct the price evaluation required by FAR 13. a. The contractor ™s submitted price quote must reflect the unit prices and extended/overall amounts. b. All submitted pricing must be actual œface-value pricing, having already accounted for any discounts offered and extended to the Government. All quotes submitted shall be the Contractor ™s best pricing. Period of Performance: The Government requires a base year with two option periods. Base year period of performance is 01 May 2011 through 30 April 2012. Invoicing and Wide Area Work Flow: As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application titled Wide Area Work Flow “ Receipts and Acceptance (WAWF-RA). This application allows DoD contractors to submit and track invoices and Receipt/Acceptance documents electronically. WAWF-RA allows for complete visibility throughout the acceptance and payment process. The website for registration is https://wawf.eb.mil. WAWF-RA training can be accessed at http://www.wawftraining.com. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions incorporated by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.html Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.211-16 Variation in Quantity FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation “ Commercial Items FAR 52.212-3 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 of Executive Orders--Commercial Items FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-1 Small Business Program Representations FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR.52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43 Fair labor Standards Act and Service Contract Act- Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.223-6 Drug-Free Workplace FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equpiment, and Vegetation FAR 52.243-1 Changes “ Fixed-Price DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractor ™s DUNS Number, Tax ID Number, and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered, or willing to register, in Wide Area Work Flow “ Receipt and Acceptance (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Instructions for the Submission of Quotes: The closing date and time for this solicitation is 25 April 2011 at 4:00 PM EST. Submit quote to nancy.peterson@usmc.mil or fax to (910)451-2332. STATEMENT OF WORK Antifreeze Removal I.Introduction. Environmental Management Division /Pollution Abatement Section section has a 20,000-gallon above-ground storage tank located at Bldg 977, Michael Road, Camp Lejeune, NC, for the collection of used antifreeze. Antifreeze may have fuel, oil or water in it. II.Scope. To remove used antifreeze from the base storage tank located at Bldg 977 Michael Rd. There is one tank with a 20,000-gallon capacity. It is estimated that the tank will need to be emptied 6 times a year. The Government will notify the Contractor when to empty the tanks, once they reach between 8,000 gallons and 13,000 gallons. Total for the year is estimated to be no more than 40,000 gallons. III.Applicable Documents. Contractor shall be properly licensed/permitted to haul, store, treat, dispose of, or reclaim as used antifreeze. All operators will have the appropriate permits (Driving License/ Commercial Driving License) for vehicle capacity being operated. IV. Technical Requirements. All contractors competing for bids with the federal government are required to meet the United States Environmental Protective Agency or Department Of Transportation standards for transportation of non-regulated substances. V.Government Responsibilities. The Government point of contact will notify the contractor for scheduled pickups. The Hazardous Material Management System (HMMS) Data Base is in use at this facility to track all materials being wasted or shipped as controlled or hazardous substances. VI.Contractor Responsibilities. The required paper work standard for pick up of materials from this section is either an Invoice or manifest from the company or organization receiving the product. The contractor shall ensure that all vehicles being used for the collection, storage and transportation of used antifreeze meet the required safety standards. All vehicles are required to report to the Base Scales located at Lot #201, prior to the loading any product being shipped off the facility. Once scaled in and loaded, the tare weight is subtracted from the Gross weight and the Net weight is the amount of product being transported. Contractor shall be required to properly process documentation through the Pollution Abatement Section. Contractor response time shall be no more than five (5) work days. Contractor shall comply with the working hours of 7:00 AM “ 3:00 PM Monday through Friday, excluding Federal Holidays; all trucks must be loaded and scaled out by 3:30 PM. CLIN #0001: Removal and disposal of used antifreeze from one 20,000-gallon storage tank located at Bldg 977, Camp Lejeune, NC; Base Year period of performance 01 May 2011 through 30 April 2012; Quantity Not To Exceed 40,000 gallons per year QTY: 40,000 U/I: GL UNIT PRICE: __________ EXT PRICE: ________________ CLIN #1001: Removal and disposal of used antifreeze from one 20,000-gallon storage tank located at Bldg 977, Camp Lejeune, NC; Base Year period of performance 01 May 2012 through 30 April 2013; Quantity Not To Exceed 40,000 gallons per year QTY: 40,000 U/I: GL UNIT PRICE: __________ EXT PRICE: ________________ CLIN #2001: Removal and disposal of used antifreeze from one 20,000-gallon storage tank located at Bldg 977, Camp Lejeune, NC; Base Year period of performance 01 May 2013 through 30 April 2014; Quantity Not To Exceed 40,000 gallons per year QTY: 40,000 U/I: GL UNIT PRICE: __________ EXT PRICE: ________________ CONTRACTOR ™s CAGE Code__________________________________ CONTRACTOR ™s TAX ID#______________________________________ PAYMENT TERMS:____________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0106/listing.html)
 
Record
SN02407434-W 20110325/110323234420-4b32a373cdc4a30e86e71b1ecc247877 (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.