Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SPECIAL NOTICE

W -- PROCUREMENT OF 30-ROLL OFF DUMPSERS BLDG-473-508-248

Notice Date
5/4/2016
 
Notice Type
Special Notice
 
NAICS
562212 — Solid Waste Landfill
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01178
 
Archive Date
9/30/2016
 
Point of Contact
Kendrick Sr, Clifton
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: P16PS01178 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items 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 solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) This solicitation, P16PS01178, shall serve as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87 (Effective 06 APR 2016) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm (iv) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The associated North American Industrial Classification Standard (NAICS) is 562212 ¿ Solid Waste Landfill, and the applicable small business size standard is $38.5 Million. A SBA Class Waiver is in effect for this NAICS; non-manufacturing entities may register under this NAICS. This requirement will be awarded by a Firm Fixed Price contract. (v-vi) This requirement consists of delivery, placement and pickup of thirty-six 30 yard roll off dumpsters covering three demolition sites. Initially, six 30 yard dumpsters shall be placed at the demo sites per the CLINs. When a roll off dumpster is full, the contractor shall be notified and an empty 30 yard roll off will be brought out to replace the full dumpster. The swap out shall take place within 48 hours of notification, (Monday through Friday). The total number of 30 yard roll offs needed at each demo site is 12, six before demo starts and six to be rotated during. The following supplies are required: CLIN: 00010 Roll off Dumpsters, Ozark National Scenic Riverways- Lower Current, Big Spring, Building 473 Delivery Address: Blds 473A/B off of Highway 103 South Van Buren, MO 63965, Carter County. Building is off of Hwy. 103 and Co. Rd 60-102 (Pea Vine Rd.) GPS coordinates are as follows, 36 ° 58 ¿ 08.57 ¿N by 90 ° 59 ¿ 51.02 ¿W Quantity: 12/EA (6 before demolition and 6 to swap out during) Period of Performance: 06/01/2016 to 06/17/2016 CLIN: 00020 Roll off Dumpsters, Ozark National Scenic Riverways ¿ Alley Spring, Jack ¿s Fork District, Alley Office Space, Building 508 Delivery Address: Blds 508 off of Highway 106 Hwy and Co. Rd 305, West of Eminence MO 65466 Shannon County, GPS coordinates are as follows, 37 ° 09 ¿ 13.60 ¿N by 9 ° 26 ¿ 39.27 ¿ W Quantity: 12/EA (6 before demolition and 6 to swap out during) Period of Performance: 06/27/2016 to 07/15/2016 CLIN: 00020 Roll off Dumpsters, Ozark National Scenic Riverways ¿ Upper Current, Round Spring, Building 248 Delivery Address: Blds 248A/B off of Highway 19 North of Eminence, MO 65466 in Shannon County. Building is off of Hwy. 19 and Round Spring main campground Rd. GPS coordinates are as follows, 37 ° 16 ¿ 50.31 ¿N by 91 ° 24 ¿ 43.13 ¿W Quantity: 12/EA (6 before demolition and 6 to swap out during) Period of Performance: 07/25/2016 to 08/19/2016 (vii) Period of Performance: 06/01/2016 through 08/19/2016 Place of Performance: Van Buren MO 63965 & Eminence MO 65466 FOB: Destination (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, service description, quantity, unit of measure, unit price, total price, and delivery terms Quotes are required to be received NO LATER THAN 3:00 P.M. CST, 11 MAY 2016. Submit written offers ONLY by EMAIL. Oral offers will not be accepted. All quotes must be sent to the attention of Clifton L. Kendrick Sr via email to clifton_kendrick@nps.gov. A courtesy copy must also be sent to Michael Schreiber via email to michael_d_schreiber@nps.gov. 1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. 2. Quotes shall be valid through 11 JUN 2016. Please send any questions or comments via email to both Clifton L. Kendrick Sr and Michael Schrieber with the subject: OZARK- P16PS01178 ROLL OFFS (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item offered to meet the Government requirement. The last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://farsite.hill.af.mil/ (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. The following clauses/provisions also apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference/ 52.252-1 Solicitation Provisions Incorporated by Reference/ 52.252-6, Authorized Deviations in Clauses. This solicitation and resultant contract contains provisions and clauses that may be included by reference. You may view provisions or clauses incorporated by reference at this website: http://farsite.hill.af.mil/ The following clauses within 52.212-5 are applicable: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-50 Combat Trafficking in Persons 52-225-1 Buy American--Supplies 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires Truck Driver Medium WG-07 $17.50 x 36.25%= $6.34 fringe 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation (xiii) The following additional contract requirements or terms and conditions have been determined to be necessary for this acquisition and consistent with customary commercial practices. The U.S. Department of Labor Wage Rates, Service Contract Act Wage Determination No: WD 05-2311 (Rev.-18) State: Missouri applies to this acquisition. All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov ) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. The provision at 52.232-40, Providing Accelerated Payments to Small Business Subcontractors applies to this acquisition. The following provisions are incorporated by full text: 1452.215-71, Use and Disclosure of Proposal Information ¿Department of the Interior (APR 1984) (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) ¿Trade Secret ¿ means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) ¿Confidential commercial or financial information ¿ means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers ¿commercial and financial information obtained from a person and privileged or confidential, ¿ and exemption (9), which covers ¿geological and geophysical information, including maps, concerning wells. ¿ (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: ¿The information specifically identified on pages ______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract. ¿ (c) The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: ¿This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal. ¿ (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. (End of provision) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿Representation (DEVIATION 2015-02) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) The following clauses are incorporated by full text in the final award: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (a)The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (b)The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c)The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of clause) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: None The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01178/listing.html)
 
Record
SN04105427-W 20160506/160504234425-7a1464de9beb652d2ff04b8a21c7d57e (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.