Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
MODIFICATION

F -- Medical Waste Disposal - PWS

Notice Date
9/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-17-R-0005
 
Point of Contact
Paul F. Aramanda, Phone: 5757846172, Brett Nidiffer, Phone: 575-784-6133
 
E-Mail Address
paul.aramanda@us.af.mil, brett.nidiffer@us.af.mil
(paul.aramanda@us.af.mil, brett.nidiffer@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the Performance Work Statement as referenced in the Combo. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222. 3) The standard industrial classification code is F108, NAICS is 562211, Small Business Size Standard for this NAICS code is $38.5 million. 4) Description: a) CLIN 0001 - Medical Waste Removal Period of Performance: 01 October 2017 - 30 September 2018 IAW with the attached Performance Work Statement 5) The location of contract performance will be: 27 SOMDG 208 W D.L. Ingram Blvd Building 1400 Cannon AFB, NM 88103-5014 POC: Capt Sean Leahy The following provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions (to include the stated Period of Performance) stated above and the attached Performance Work Statement. All offers will be ranked according to the total evaluted price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the services being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses are incorporated in paragraph (b) of FAR 52.212-5: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Aside, FAR 52.219-13 Notice of Set-Aside of Orders, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management The following clauses and provisions will be added to the subsequesnt contract: By reference: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 System for Award Management. FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.233-1 Disputes. FAR 52.233-4 Applicable Law for Breach of Contract Claim By full text: FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-20 Predecessor of Offeror FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation FAR 52.232-25 Prompt Payment FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-3 Alterations in Solicitation FAR 52.252-4 Alterations in Contract FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses The following DFARS clauses cited are applicable to this solicitation: By reference: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7011 Alternative Line Item Proposal DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252-225-7001 Buy American and Balance of Payments Program DFARS 252-225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.247-7023 Transportation of Supplies by Sea - Basic DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.237-7023 Continuation of Mission Essential Functions DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services By full text: DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman 6) Quotes must be signed, dated and submitted by September 27, 2017 at 2:00 PM Mountain Standard Time. Quotes shall be electronically submitted via email and received by both of the following points of contact (POC). Failure to email both POC's may result in an unsuccessful offer. Primary: SrA Paul Aramanda - paul.aramanda@us.af.mil Alternate: SSgt Brett Nidiffer - brett.nidiffer@us.af.mil 7) For further inquiries, please email the POC's listed above or the Contracting Officer, TSgt Jamius Virgil at jamius.virgil@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-17-R-0005/listing.html)
 
Place of Performance
Address: 27 SOMDG, 208 W D.L. Ingram Blvd, Building 1400, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN04691269-W 20170924/170922231901-af6521822ce08bc506f6124d0cb7e1f1 (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.