Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
MODIFICATION

99 -- Medical waste Disposal

Notice Date
10/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-17-Q-S009
 
Archive Date
6/3/2017
 
Point of Contact
Cameron W. Etheridge, Phone: 2292574776, 23d Contracting, Services Flight Org Box, Phone: 229-257-4722
 
E-Mail Address
cameron.etheridge.3@us.af.mil, 23CONS.LGCB@us.af.mil
(cameron.etheridge.3@us.af.mil, 23CONS.LGCB@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001 - For updated requirement information please reference NEW MEDICAL WASTE PWS REV 4 and Attachment 2 New Price Schedule attached 25 September 2017. Please contact the listed POC if there are any questions or concerns. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 for this procurement is FA4830-17-Q-S009 and it is issued as a Request for Quotation (RFQ). All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2017-0127. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 562211. The small business size standard is $38.5 million. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a). Description: The purpose of this RFQ is to acquire Medical and International waste disposal services for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS). Note: FAR 52.222-17 Nondisplacement of Qualified Workers applies. Quoters may contact the primary or additional points of contacts listed for this acquisition for contract information of current employees. Quoters will have access to employee information of only those employees who have consented to release this information. All current employees of the incumbent contractor may be considered. FOB Point: Destination (Moody AFB, GA.) Period of Performance: Base Year: 01 November 2017 through 31 October 2018 Option Year 1: 01 November 2018 through 31 October 2019 Option Year 2: 01 November 2019 through 31 October 2020 Option Year 3: 01 November 2020 through 31 October 2021 Option Year 4: 01 November 2021 through 31 October 2022 Late Quotations: Request for quotations or modification of quotations received at the address specified for the receipt of quotations after the exact time specified for receipt of quotations may not be considered. All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses are incorporated by reference. FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards Jul-13 FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug-13 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec-14 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May-14 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.219-7 Notice of Partial Small Business Set-Aside Jun-03 FAR 52.219-28 Post Award Small Business Program Representation Apr-12 FAR 52.222-1 Notice to the Government of Labor Disputes Feb-97 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-23 Assignment of Claims May-14 FAR 52.232-23 Alt I Assignment of Claims - Alternate I Apr-84 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 FAR 52.232-39 Uneforceability of Unauthorized Obligations Jun-13 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 FAR 52.233-1 Disputes May-14 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.233-3 Protest After Award Aug-96 FAR 52.237-1 Site Visit Apr-84 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.242-15 Stop-Work Order Aug-89 FAR 52.245-1 Government Property Apr-12 FAR 52.245-9 Use and Charges Apr-12 FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) Apr-84 DFARS 252.201-7000 Contracting Officer's Representative Dec-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 DFARS 252.204-7000 Disclosure of Information Aug-13 DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov-13 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb-14 DFARS 252.211-7007 Reporting of Government-Furnished Property Aug-12 DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials Sep-14 DFARS 252.225-7048 Export-Controlled Items Jun-13 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing Of Contract Modifications Dec-91 DFARS 252.244-7000 Subcontracts for Commercial Items Jun-13 DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property Apr-12 DFARS 252.245-7002 Reporting Loss of Government Property Apr-12 DFARS 252.245-7003 Contractor Property Management System Administration Apr-12 DFARS 252.245-7004 Reporting, Reutilization, and Disposal May-13 DFARS 252.247-7023 Transportation of Supplies by Sea - Basic Apr-14 AFFARS 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements Mar-12 AFFARS 5352.215-9000 Facility Clearance May-96 AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov-12 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov-12 The following clauses will be incorporated by reference in the pursuant contract with additional information for fill-ins as follows: FAR 52.217-8 Option to Extend Services, with blank filled in indicating "thirty (30) days" Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract, with first blank indicating "thirty (30) days"; second blank indicating "sixty (60) days"; third blank indicating "thirty six (36) months." Mar-00 DFARS 252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION - Fill-in will be provided at time of award. Apr-14 DFARS 252.232-7006 Wide Area Workflow Payment Instructions - Fill-in will be provided at time of award. May-13 The following clauses will be incorporated by full text in the pursuant contract with the fill-in provided. FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)" Apr-84 The following clauses will be incorporated by full text in the pursuant contract. FAR 52.212-5 Contract terms and conditions required to implement statutes or executive orders-Commercial items (DEVIATION 2013-O0019) Jul-14 DFARS 252.237-7023 Continuation of Essential Contractor Services Oct-10 AFFARS 5352.201-9101 Ombudsman Apr-14 The below listed provisions apply to the RFQ only and must be printed and returned with the quote. FAR 52.209-7 Information Regarding Responsibility Matters Jul-13 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Dec-14 FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items - Alternate I Oct-14 DFARS 252.204-7007 Alternate A, Annual Representations and Certifications Jan-15 The below listed provisions apply to the solicitation only for informational purposes and may require the quoter to submit documentation as applicable. FAR 52.204-7 System for Award Management Jul-13 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation Dec-14 FAR 52.212-1 Instructions to Offerors -- Commercial Items Apr-14 FAR 52.216-1 Type of Contract - fill in "Firm Fixed Price" Apr-84 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.233-2 Service of Protest - fill in "23 CONS/LGCB, 4380B Alabama, B932, Moody AFB, GA 31699" Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7004 Alternate A, System for Award Management Feb-14 DFARS 252.204-7011 Alternative Line Item Structure Sep-11 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 The below listed clauses will be marked within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards Jul-13 FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug-13 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.219-28 Post Award Small Business Program Representation Apr-12 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-17 Nondisplacement of Qualified Workers May-14 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity for Veterans Oct-15 FAR 52.222-37 Employment Reports on Veterans Feb-16 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec-10 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards May-14 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec-15 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 Response Time: Quotes will be accepted electronically only and must be received no later than 2:00 P.M. Eastern Standard Time on 16 Oct 2017. Email quotations shall be sent to both the primary and alternate points of contact identified below. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: 1. Quoted prices must be submitted using the Pricing Schedule at Attachment 2. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example tiny_mce_marker.02 not tiny_mce_marker.0231), and sign acknowledging the terms and conditions of the RFQ. Quoters rejecting the terms and conditions may be excluded from consideration. NOTE: There is currently no Department of Labor Wage Determination for this requirement. Therefore, the minimum pay for an employee must be at least minimum wage. See clause 52.222-99 (DEVIATION), Establishing a Minimum Wage for Contractors, for details. 2. If applicable, any permits/certificates required by the state of Georgia to perform biomedical waste/material disposal services. 3. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. 4. Complete Attachment 3 (Insurance Certification), Attachment 4 (SF LLL) and provide the information requested in Attachment 5 (Contractor Information). Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price and Past Performance. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Past performance will be rated as Acceptable or Unacceptable. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 4:00 PM EST 02 Oct 2017. All questions must be submitted via email. Answers to all questions will be posted to FBO no later than COB 04 Oct 2017. Primary Point of Contact: Cameron W. Etheridge, Email: Cameron.Etheridge.3@us.af.mil, Phone: 229-257-5588 Alternate Point of Contact: 23CONS.LGCB@us.af.mil ATTACHMENTS: Attachment 1 - NEW MEDICAL WASTE PWS REV 4 (PWS) Attachment 2 - New Pricing Schedule Attachment 3 - Insurance Certification Attachment 4 - SF LLL Attachment 5 - Contractor Information
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-17-Q-S009/listing.html)
 
Place of Performance
Address: Moody AFB, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN04711311-W 20171013/171011231410-94e87ac98ba242cfdd0bbd8d05d826c4 (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  © 1994-2020, Loren Data Corp.