SOLICITATION NOTICE
S -- Removal and Disposal of Refuse on the Rock Island Arsenal, Rock Island, IL
- Notice Date
- 1/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-14-R-JC01
- Response Due
- 2/28/2014
- Archive Date
- 3/30/2014
- Point of Contact
- Julie Culliton, 3097825354
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(julie.k.culliton.civ@mail.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. 1. The U.S. Army Contracting Command - Rock Island Contracting Center has a requirement for the removal and disposal of Refuse on the Rock Island Arsenal, Rock Island IL. 2.This combined synopsis/solicitation for commercial items contains one (1) base year and four (4), one-year options. All work is to be done in accordance with the Performance Work Statement (PWS), dated 28 Jan 2014 (included as Attachment 0001). This synopsis/solicitation is prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice, such as provisions and clauses. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 3.This combined synopsis/solicitation is issued as a Full and Open competition under NAICS code 562111. It is anticipated that a single Firm Fixed Price type contract will be awarded. 4.The Government intends to award a contract resulting from this combined synopsis/solicitation to the responsive, responsible offeror whose proposal represents the lowest evaluated price. 5.Any offeror submitting a proposal agrees by submission that their proposal and the prices contained therein will be valid for 90 days after receipt of proposals. 6.This synopsis/solicitation is issued subject to the availability of funds; therefore it is currently unfunded. The Government reserves the right to not fund any or all of the CLIN(s). 7.The prevailing Service Contract Act (SCA) wage determinations are included in the combined synopsis/solicitation as Attachment 0002. These SCA determinations will be incorporated into the resultant contract and will be in effect for the entire base year period of performance. 8.Large Businesses need to submit a Small Business Subcontracting Plan (Attachment 0005) with their offer. Refer to clause 52.212-5 (15) (i). 9.A site visit will be conducted at 10:00am CST on 10 Feb 2014 in the Public Works Conference Room, Building 102, 1st floor, West Wing, Rock Island Arsenal for the purpose of answering questions regarding this solicitation. Due to heightened security measures on Rock Island Arsenal, reservations for the site visit are required. Contractor must contact POC listed below for registration instructions. Attendance is limited to (3) three people per company. 10.Drawings and specifications are available on CD. A CD may be obtained by executing the Non-Disclosure Agreement (Attachment 0003) and returning it by email to Julie Culliton @ julie.k.culliton.civ@mail.mil. 11. Please submit your proposal and all supporting documentation via email by 2:00 PM, CST on 28 Feb 2014 to the point of contact listed below. 12.The POC is Julie Culliton (309)782-5354 or email julie.k.culliton.civ@mail.mil. The following clauses are incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber MAY 2011 Content Paper 52.212-1 Instructions to Offerors - Commercial Items JUL 2013 52.212-3 Offeror Representations and Certifications - Commercial Items AUG 2013 52.212-4 Contract Terms and Conditions - Commercial Items SEP 2013 52.212-5 Contract Terms and Conditions Required to Implement SEP 2013 Statutes or Executive Orders--Commercial Items (Applicability includes: paragraph (a) items 1 and 2, paragraph (b) items 1, 4, 6, 7, 14, 15, 16, 23, 24, 26, 27, 28, 29, 30, 31, 32, 33, 38, 42, 46, and 48, paragraph (c) items 1, 3 and 7. 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.237-1 Site Visit APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.204-7003 Control of Government Personnel Work Product APR 1992 252.209-7004 Subcontracting with Firms that are Owned or Controlled By DEC 2006 The Government of a Terrorist Country 252.225-7001 Buy American and Balance of Payments Program DEC 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012 Reports 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor JUN 2013 Personnel 252.244-7000 Subcontracts for Commercial Items JUN 2013 52.0000-4003 Disclosure of Unit Price Information JUN 2005 52.0000-4031 Task and Delivery Order Ombudsman AUG 2010 52.0000-4036 Required Insurance (Pursuant to FAR 52.228-5) DEC 2010 52.0000-4037 U.S. Department of Labor Wage Determinations MAY 1993 52.0000-4834 AMC-Level Protest Program OCT 2013 52.0000-4035 ROCK ISLAND ARSENAL SAFETY, LAW ENFORCEMENT, SECURITY, AND FIRE PREVENTION REQUIREMENTS/REGULATIONS (AUG 2004) 52.0000-4016 CONTRACTOR MANPOWER REPORTING MAY 2013(CMR) (APR 2005) ATTACHMENTS: 0001 Performance Work Statement 0002 Service Contract Act Wage Determinations 0003 Non-Disclosure Agreement 0004 Pricing Spreadsheet 0005 Small Business Subcontracting Plan Template
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6d0164ebb0f2bfe23ccf7504960dedd3)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03276481-W 20140131/140129234040-6d0164ebb0f2bfe23ccf7504960dedd3 (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 |