SOLICITATION NOTICE
99 -- Refuse Containers
- Notice Date
- 7/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-11-T-0045
- Response Due
- 7/22/2011
- Archive Date
- 9/20/2011
- Point of Contact
- Bellstaj, 910-643-7353
- E-Mail Address
-
MICC Center - Fort Bragg
(stacey.bell@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. COMBINED SYNOPSIS/SOLICITATION W91247-11-T-0045 REFUSE CONTAINERS FOR DIRECTORATE OF PUBLIC WORKS (DPW) FORT BRAGG, NORTH CAROLINA. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W91247-11-T-0045, is issued as a Request for Quote (RFQ) seeking contractors that can provide refuse containers as listed in this solicitation. (iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, effective 6 March 2011. (iv)Notice of Small Business Set-Aside. This solicitation will be Total Set Aside for Small Business Concerns. Quotes received from other than Total Set Aside Small Business Concerns will not be considered. The associated NAICS code is 562111, Solid Waste Collection, and size standard is $12.5M. (v) This requirement is to provide all equipment as shown below. (vi) Contractor is required to provide specifications and photos with quote. (vii) Items will be delivered to Department of Public Works, Fort Bragg, NC 28310. (viii)Place of Delivery and Acceptance and FOB point: Destination. (viii)Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered (considering price and ability to meet the description of work). ADDENDUM TO 52.212-1 This addendum makes the following changes to FAR 52.212-1, Instructions to Offerors - Commercial Items, as follows: 1. Paragraph (b), Submission of offers is changed as follows: a. Change (b) to read: Submission of quotes. Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers must be submitted on the attached pricing schedule. It shall contain the contractor's unit price and total price for the established Contract Line Item Numbers (CLINS). b. No changes from (b)(1) through (b)(9). c. Add (b) (10) Past Performance: This does not apply to this requirement. d. Delete (b)(11). e. Add (b)(12), Delivery Mailing Address: Quotes must be mailed to Stacey Bell, Contract Specialist, at either address below. The complete proposal, with authorized representative's signature, must be received by the closing date/time. Quotes not received by the closing date/time may not be accepted and/or evaluated. Regular mail:Via Express Carrier or Hand Carried: Mission Contracting OfficeMission Contracting Office Fort Bragg (MCO-FB)Fort Bragg (MCO-FB) ATTN: CCMI-RCB (Mrs. Stacey Bell)ATTN: CCMI-RCB (Mrs. Stacey Bell) 2175 Reilly Road, Stop ABldg 2-1105/C Macomb Street Fort Bragg, NC 28310-5000Fort Bragg, NC 28310-5000 f. Add (b)(13), Site Visit: Does not apply to this acquisition. g. Add (b)(14), Questions and clarifications: Submit all questions or requests for solicitation clarifications in writing (via e-mail) to Stacey.bell@us.army.mil. All questions must be submitted no later than 4:00 p.m., 19 July 2011 to allow a reasonable time for the Government to respond. All questions submitted after that time and date may not be answered. h. Paragraph (c), Period for acceptance of offers, is changed as follows: Change minimum acceptance period from 30 calendar days to 90 calendar days. i. Paragraph (e), Multiple offers, is deleted. j. Paragraph (h): Multiple Award does not apply to this acquisition. k. Paragraph (i) Availability of requirements documents cited in the solicitation: Does not apply to this acquisition l. Paragraph (l) Debriefing: Does not apply to this acquisition (xi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. In accordance with FAR Part 13.106, the Government will evaluate offers in response to this request and 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. (xii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4. 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award. ISSUE BY DODDAC: W91247 ADMIN BY DODDAC: W91247 INSPECT BY DODAAC: To be determined at time of award. ACCEPT BY DODAAC: To be determined at time of award. LOCAL PROCESSING OFFICE DODAAC: To be determined at time of award. PAYMENT OFFICE DODDAC: To be determined at time of award. PAYMENT OFFICE FISCAL STATION CODE: To be determined at time of award. (xiv)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.203-7, Anti-Kickback Procedures; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi)Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. Provisions: 52.211-6Brand Name or EqualAUG 1999 The 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, lowest price and other factors considered. Local Clause 5152.233-4000, AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xvii) Submission of quotes shall be forwarded by Friday, 22 July 2011, 12:00 p.m. EDST. Offerors shall provide a quote using the attached pricing schedule. (xviii) Quotes shall be submitted on the attached CLIN structure. Quotes may be hand delivered or emailed to Mrs. Stacey Bell via email at: Stacey.bell@us.army.mil or Mrs. Anne Talbot at anne.m.talbot@us.army.mil. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is Mrs. Stacey Bell at 910-643-7353 or via email at stacey.bell@us.army.mil. ATTACHMENT The following attachment applies to this Request for Quote: Attachment: Pricing Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/11c0e3408ef18e4d8ceeb5eca5b6bf6c)
- Place of Performance
- Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 2-1105 Macomb Street Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02500097-W 20110717/110715234911-11c0e3408ef18e4d8ceeb5eca5b6bf6c (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 |