Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
MODIFICATION

F -- Disposal of Carbon Drums

Notice Date
7/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-16-T-0160
 
Archive Date
8/9/2016
 
Point of Contact
Michelle Reeves, Phone: 3017444297
 
E-Mail Address
michelle.reeves@navy.mil
(michelle.reeves@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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. this solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ( FAC) 2005-84 effective September 3 rd, 2015 THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST A FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. SMALL BUSINESS SIZE STANDARD: (a) NAICS: 562998 (b) Standard Size: $7,500,000.00 RFQ Number: N00174-16-T-0160 Description: Description Qty Spent Carbon 55 gallon drum See SOW Overpacked Drums Period of Performance: Will not exceed 6 months from the date of the contract award. THE FOLLOWING DOCUMENTS HAVE BEEN ATTACHED: 1. DFARS Clause 252.209-7993 Representation Regarding Conviction of a Felony (See Attached and please return with your response). The following FAR and DFARS clauses apply to this acquisition: FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2015) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015); FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (OCT 2015) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 2015); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (OCT 2015): -- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (DEC 2014) -- 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) -- 52.219-28, Post Award Small Business Program Representation (July 2013) -- 52.222-3, Convict Labor (June 2003) -- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) -- 52.222-21, Prohibition of Segregated Facilities (APR 2015). -- 52.222-26, Equal Opportunity (APR 2015) -- 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) -- 52.222-50, Combating Trafficking in Persons (March 2, 2015) -- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) -- 52.225-1, Buy American--Supplies (May 2014) -- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) -- 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) -- 52.232-36, Payment by Third Party (MAY 2014) FAR 52.232-39, Unenforceability of Unauthorized Obligations (June 2013); FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (NOV 2011); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (SEP 2011); DFARS 252.204-7003, Control of Government Work Product (APR 1992); DFARS 252.204-7011 Alternative Line Item Structure (SEP 2011); DFARS 252.204-7012 Safeguarding of unclassified controlled technical information (SEP 2015); DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014); DFARS 252.225-7048, Export Controlled Items (Jun 2013); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 1991); DFARS 252.244-7000 Subcontracts for Commercial Items (JUN 2013) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (APR 2014) ; 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) Basis for Contract Award. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the technically acceptable Offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representations, certifications, and any brand name requirements. Only new products will be considered unless specifically noted in the solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. (b) Evaluation Methodology. Technical acceptability will be evaluated starting with the lowest priced quote and will continue until a quote is found to be technically acceptable. Once one is found to be technically acceptable no other quotes will be evaluated. The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. Award will be made to the lowest evaluated priced quote that is found to be technically acceptable. 1. Technical (Acceptable / Unacceptable) - Items quoted meet the description of the line items in the solicitation to include any brand name requirement. 2. Past Performance (Acceptable / Unacceptable) - Information will be pulled from Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), and local past performance databases to verify that negative past performance information does not exist. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ***Be sure you have filled out all the Certifications and Representations on the SAM website. Quotes are due by 20 July 2016, 4:00 PM Eastern Standard Time (EST). All questions/inquiries must be submitted to Michelle Reeves at michelle.reeves@navy.mil. Submit your quote to Michelle Reeves at michelle.reeves@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-16-T-0160/listing.html)
 
Place of Performance
Address: Naval Surface Warfare Center IHEODTD, 4072 N. Jackson Rd, Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04181113-W 20160715/160713234844-dd7ed973f07eaf85688e7455dd849423 (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.