Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOLICITATION NOTICE

S -- Refuse Recycle Collection and Disposal - US Coast Guard Station Sandy Hook Highlands New Jersey - ATTACHMENTS 1-5 SOLICITATION 70Z08418Q1GV17000 - SOLICITATION 70Z08418Q1GV17000 - REFUSE USCG SANDY HOOK NJ

Notice Date
11/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS Detachment Alameda (Shore Infrastructure Logistics Center Base Support and Services), Coast Guard Island, BLDG 54C, Alameda, California, 94501, United States
 
ZIP Code
94501
 
Solicitation Number
70Z08418Q1GV17000
 
Point of Contact
Jeremy Bedner,
 
E-Mail Address
Jeremy.B.Bedner@uscg.mil
(Jeremy.B.Bedner@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION REQUEST FOR QUOTES/OFFERS 70Z08418Q1GV17000 - REFUSE USCG STATION SANDY HOOK NJ ALL ATTACHMENTS 1-5 FOR SOLICITATION 70Z08418Q1GV17000 - REFUSE USCG STATION SANDY HOOK NJ This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 procedures and supplemented with additional information included in this notice. The U.S. Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC), Alameda, CA has a requirement for REFUSE AND RECYCLING COLLECTION AND DISPOSAL SERVICES for the USCG Sector New York Detachment STATION SANDY HOOK, HIGHLANDS, NEW JERSEY. A firm-fixed price type contract will be awarded for a Base Period starting 1 MARCH 2018 through 28 FEBRUARY 2019 plus FOUR one-year option periods for total contract duration not to exceed 60 months. If all options are exercised by the Government the contract term will end 28 FEBRUARY 2023. The Contractor shall furnish all labor, material, equipment, supplies, transportation, supervision and management necessary to perform all REFUSE AND RECYCLING COLLECTION AND DISPOSAL SERVICES for the aforementioned USCG location(s). All services shall be in strict adherence to the Performance Work Statement (PWS), as well as applicable local, state and federal regulations and/or Coast Guard station/location instructions. All required licenses and/or certifications required for the State of New Jersey must be identified and submitted with response to the solicitation. Interested parties are hereby notified that the solicitation is available exclusively on the Federal Business Opportunities (FedBizOpps, FBO) website, www.fbo.gov. The solicitation, attachments, and amendments will be published for viewing, printing, and downloading from the FBO website only. It is the potential offeror's responsibility to monitor FBO for the release of additional information or amendments. No hardcopy/paper versions of the solicitation or amendments will be distributed. All prospective bidders are responsible for visiting Federal Business Opportunities frequently and obtaining any amendments or other information pertaining to the solicitation. PLEASE READ THE ENTIRE SOLICITATION AND COMPLETE ALL REQUIRED DOCUMENTATION WHEN SUBMITTING YOUR PROPOSAL. The quote/offer must be submitted via regular and/or priority mail. No electronic copies of the proposal will be accepted. There will be a time period specified in the solicitation for the receipt of questions. A. The solicitation number is 70Z08418Q1GV17000 and is issued as a Request for Quotation [RFQ]. B. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-78. Service Contract Labor Standards Wage Determination Number 2015-4195, revision no. 3, dated 07/25/2017 is applicable and is attached. C. This acquisition is issued as a 100% SMALL BUSINESS SET-ASIDE. The associated NAICS code is 562111 - solid waste collection. D. List CLINS, item descriptions, quantities and units of measure. SEE ATTACHED SF1449 - SCHEDULE OF SUPPLIES AND SERVICES - pages 6-13 E. Description/Performance Work Statement/Specification. SEE ATTACHED SF1449 - PERFORMANCE WORK STATEMENT - pages 14-39 F. Date(s) and place(s) of delivery and acceptance. SEE ATTACHED SF1449 - PERFORMANCE WORK STATEMENT - pages 14-39 G. FAR Provision 52.212-1 Instructions to Offerors - Commercial, is incorporated by reference and applies to this acquisition. SEE ATTACHED SF1449 - FAR PROVISIONS - pages 61-82 SUBMISSION REQUIREMENTS 1. Follow instructions of attached SF1449 2. Sign Page 1 3. Submit Pricing - Complete Schedule of Supplies/Services 4. Submit required information per FAR 52.212-1 - Instructions to Offerors 5. Complete required certifications per FAR 52.212-3 - Offeror Representations and Certification In addition to SF1449 and Price Schedule the offeror shall submit the following information: Name, Address, Telephone Number, and DUNS Number of the Offeror (i.e., the company name) Name, Title, Phone Number, and e-mail Address of an Authorized Official of the Offeror QUOTE CONTENT SEE ATTACHED SF1449 - INSTRUCTIONS TO OFFERORS (IAW FAR 52.212-1), page 61 for requirements and format. H. EVALUATION SEE ATTACHED SF1449 - EVALUATION - COMMERCIAL ITEMS (IAW FAR 52.212-2), page 65 I. Contractors MUST be registered in the System for Award Management [SAM] in order to receive a contract award from any USCG activity. Ensure DUNS and CAGE Code numbers are provided with the proposal. DUNS number can be obtained via www.dnb.com or 1-800-333-0505. Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2014), with their offer. Offerors may complete FAR 52.212-3 online at SAM: www.sam.gov. An offeror must state in their offer that FAR 52.212-3 has been completed online is valid/up-to-date. J. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014), is incorporated by reference and applies to this acquisition. K. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (DEC 2014) is incorporated by reference and applies to this acquisition. For all applicable clauses see attached SF1449 - FAR CLAUSES - pages 40-60 L. NOT APPLICABLE - Statement regarding any additional contract requirement(s) or terms and conditions, such as contract financing arrangements or warranty requirements, determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices M. NOT APPLICABLE - Defense Priorities and Allocations System [DPAS] N. DATE, TIME, PLACE OFFERS ARE DUE Offers are due by 4 JANUARY 2018, 1PM PACIFIC TIME [PST]. Submit offers to the following mailing address by the offer due date and time: U.S. Department of Homeland Security United States Coast Guard Shore Infrastructure Logistics Center [SILC] West - Detachment Alameda Coast Guard Island, Building 54C Alameda, CA 94501-5100 Attn: Jeremy Bedner O. Any and all questions regarding this solicitation shall be submitted in writing to the following: Jeremy Bedner, Contracting Officer, at jeremy.b.bedner@uscg.mil Questions shall be submitted no later than 28 DECEMBER 2018 1PM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06740e655cdbbe87dd069574a043e478)
 
Place of Performance
Address: USCG Sector New York Detachment Station Sandy Hook, 20 Crispin Road, Highlands, New Jersey, United States
 
Record
SN04748830-W 20171129/171127230654-06740e655cdbbe87dd069574a043e478 (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.