Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2015 FBO #5116
SOLICITATION NOTICE

J -- FBI Trash Compactor/Recycling Service

Notice Date
11/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF-16-1200-Q-0029786
 
Archive Date
11/28/2015
 
Point of Contact
Matthew Simmers, Phone: 7033225986
 
E-Mail Address
matthew.simmers@ic.fbi.gov
(matthew.simmers@ic.fbi.gov)
 
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; quotations are being requested and a written solicitation will not be issued. The solicitation number is DJF-16-1200-Q-0029786 and it is issued as a Request for Quote (RFQ). This requirement will be solicited as a 100% small business set aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The applicable North American Industry Classification System NAICS) code is 562111 Solid Waste Collection; SBA Size Standard is $38.5 mil. The Federal Bureau of Investigation (FBI), Operational Support Contracts Unit intends to establish a single award, firm-fixed price type contract for the following items: Quantity Unit of Measure Description 21 Loads Emptying Compactor 1 Lump Sum Parts required to repair compactor (Contractor shall insert $1,000.00) General 1.1 PROJECT IDENTIFICATION A. Project Name and Location Compactor Waste Removal and Service FBI Interim Central Records Complex 170 Marcel Drive Winchester, VA 22611 B. Abbreviated Summary: The Contractor shall empty the government compactor from 170 Marcel Drive and recycle the waste. It is anticipated that the compactor will be emptied approximately 21 times per year. The contractor shall service provide an hourly rate for routine and unscheduled maintenance of the compactor. Scope of Work The contractor shall pull the government compactor from the site identified in paragraph 1 and recycle the content in accordance with Executive Order 13148, Greening the Government Through Leadership in Environmental Management. It is anticipated the compactor will be emptied 10 - 30 times throughout the base performance period an each option period. The scheduling of the compactor removal shall be at the request of the Contracting Officer (CO) or the Contracting Officer's Representative (COR). The contractor is required to empty the Trash Compactor within 48 hours of notification from the COR. The contractor will provide an hourly rate for routine and unscheduled maintenance. Maintenance will be requested by the CO or the COR. Typical Maintenance that will be provided to include but are not limited to the removal of compacted debris from the compactor, and hydraulic fluid replacement, and hydraulic hose and replacement. The Contractor will provide the COR an estimate prior to each maintenance activity. The COR will approve estimate prior to each cycle. The contractor is required to send a technician to access any issues with the Trash Compactor within 48 hours of notification from the COR. 2.1 Base Period: The Base Period will include a performance period of 12/14/15 thru 12/13/16. 2.2 Option Years: Contractor shall provide pricing for four option year periods. The Contracting Officer will provide 30 days advanced notice of intent to exercise option year: Option Year 1: Period of Performance 12/14/16 thru 12/13/17 Option Year 2: Period of Performance 12/14/17 thru 12/13/18 Option Year 3: Period of Performance 12/14/18 thru 12/13/19 Option Year 4: Period of Performance 12/14/19 thru 12/13/20 A. CORRESPONDENCE All correspondence shall be directed to the COOR unless it involves changes in scope. Provide two copies of all correspondence, confirmation of telephone instructions, meeting minutes and other actions within five working days after occurrence. B. MISCELLANEOUS The successful firm expressly agrees not to publish, disclose, or disseminate in any form findings, recommendations, work products, or information relating to the services with the government without the written approval from the Contracting Officer. All information developed as a result of this contract is for the exclusive use of the government. All reports, work, papers, internal memoranda, drawings and other documents produced under this contract become the property of the government. Normal working hours for shall be between 6 a.m. and 4 p.m., weekdays. It shall be incumbent upon the successful firm to recognize the lunch, break, and end-of day-schedule of their escorts. No work will be permitted after hours, on Saturdays, Sundays, or Holidays, except as requested to minimize disruption to the tenant. This announcement constitutes the only solicitation. The contractor shall provide the quotation in accordance with their GSA Schedule and include FOB Destination pricing to Quantico VA. The actual shipping address will be provided in any resulting award. The award will be made on a Lowest Price Technically Acceptable basis. No paper copies will be mailed. Failure to respond to this RFQ and any associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. Quotations are due 10:00 AM, 27 November, 2015 and should be emailed to Matthew Simmers at matthew.simmers@ic.fbi.gov. Evaluation and Award Methodology: Acquisition of services will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to base award determination on lowest priced, technically acceptable quotation. Quoters are advised that the Contracting Officer will verify active registration in the System for Award Management (SAM) database prior to award of any contract, by entering the potential awardee's DUNS number into each database. Failure to complete the registration will result in elimination from consideration for award. The following clauses and provisions apply to this acquisition: 52.212-3. The contract award will be offered to the lowest price technically acceptable quote made to the Government. All Quoters must be registered with the System Award Management (SAM). Quoters who are not registered and an active status with SAM (https://www.sam.gov/portal/SAM/) shall be considered nonresponsive and will not be considered in the evaluation. FAR 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Term and Conditions are required to implement Statutes or Executive Orders-Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-19; 52.223-18; 52.225-1; 52.225-3; 52.232-33 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.223-6 and 52.247-34. Additional FAR Clauses applicable to this requirement: 52.232-8, and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.acquisition.gov/far. Quote shall be good for 30 calendar days after close of RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-16-1200-Q-0029786/listing.html)
 
Place of Performance
Address: Winchester, Virginia, United States
 
Record
SN03954742-W 20151126/151124235341-f7bd7ded88318724a2c13f042abd2901 (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.