Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

S -- BIE/NMNC/FM/REFUSE REFUSE SERVICES DOJ

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A17PS00421
 
Response Due
3/13/2017
 
Archive Date
3/28/2017
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
THIS IS A BUY INDIAN SET ASIDE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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, A17PS00421, is issued as a Request for Quote (RFQ) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-81. The North American Industry classification (NAICS) code is 562111 and the business size maximum is $38.5 Million. This solicitation is set-aside 100% for Native Owned Small Business. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The resulting contract will be for one base year and include four option years. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. CONTRACTOR SHALL PROVIDE REFUSE DISPOSAL SERVICES TO THE NAVAJO NATION JUDICIAL COMPLEX TO MAINTAIN A SANITARY AND HEALTHY ENVIRONMENT FOR THE STAFF, VISITORS, AND COMMUNITY. THE FACILITIES ARE LOCATED ON NORTH HWY 371, MILE POST 29, CROWNPOINT, NEW MEXICO. FOR MORE DETAILS, PLEASE SEE THE ATTACHED STATEMENT OF WORK. BASE YEAR: APRIL 01, 2017 TO MARCH 31, 2018 1. DINE ¿ JUSITICE CENTER: Judicial: (1) 8 CY DUMPSTER $ _______ X 1 EACH $_____________ Detention: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ Law Enforcement: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ ALL APPLICABLE TAXES $___________ SUB ¿TOTAL FOR THE BASE YEAR: $_______________ OPTION YEAR 1: APRIL 01, 2018 TO MARCH 31, 2019 1. DINE ¿ JUSITICE CENTER: Judicial: (1) 8 CY DUMPSTER $ _______ X 1 EACH $_____________ Detention: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ Law Enforcement: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ ALL APPLICABLE TAXES $___________ SUB ¿TOTAL FOR THE BASE YEAR: $_______________ OPTION YEAR 2: APRIL 01, 2019 TO MARCH 31, 2020 1. DINE ¿ JUSITICE CENTER: Judicial: (1) 8 CY DUMPSTER $ _______ X 1 EACH $_____________ Detention: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ Law Enforcement: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ ALL APPLICABLE TAXES $___________ SUB ¿TOTAL FOR THE BASE YEAR: $_______________ OPTION YEAR 3: APRIL 01, 2020 TO MARCH 31, 2021 1. DINE ¿ JUSITICE CENTER: Judicial: (1) 8 CY DUMPSTER $ _______ X 1 EACH $_____________ Detention: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ Law Enforcement: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ ALL APPLICABLE TAXES $___________ SUB ¿TOTAL FOR THE BASE YEAR: $_______________ OPTION YEAR 4: APRIL 01, 2021 TO MARCH 31, 2022 1. DINE ¿ JUSITICE CENTER: Judicial: (1) 8 CY DUMPSTER $ _______ X 1 EACH $_____________ Detention: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ Law Enforcement: (1) 8 CY DUMPSTERS $________ X 1 EACH $ ____________ ALL APPLICABLE TAXES $___________ SUB ¿TOTAL FOR THE BASE YEAR: $_______________ GRAND TOTAL ( BOTH THE BASE YEAR WITH ALL OPTIONS: $_______________ Please Note: *All travel miles calculations must be coincide with Rand Mcnally mileage calculations at www.randmcnally.com. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. Wage Determination No.: 2015-5451 for McKinley County, New Mexico is applicable to this solicitation and resulting award. To be awarded this contract, the offeror must be registered in the SAM. SAM information may be found at http://www.sam.gov. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18,FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1, Buy American - Supplies; FAR 52.222-3, Convict Labor; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment - Standard Supplies; ; FAR 52.222-41, Service Contract Labor Standards; FAR 52.223-13, Acquisition of EPAEAT - Registered Imaging Equipment; and DIAR clauses are herein incorporated as follows:. 1452.226-70; 1452.226-71; 1452.280-4; and 1452.204-70, 52.232-40. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications ¿Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, March 13, 2017, 12:00 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00421/listing.html)
 
Record
SN04423951-W 20170308/170306234251-4b76addf887ff5e0fd328afb075b9f2b (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.