Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

45 -- Waste Management Pick Up and Disposal - Package

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, AAMD Procurement Branch, Marquette Plaza, 250 Marquette Ave, Suite 410, Minneapolis, Minnesota, 55401-2329, United States
 
ZIP Code
55401-2329
 
Solicitation Number
12639518Q0078
 
Archive Date
3/28/2018
 
Point of Contact
Latisha Hollman, Phone: 9198557003, Rich Stammer, Phone: 515-337-7344
 
E-Mail Address
latisha.a.hollman@aphis.usda.gov, Richard.H.Stammer@aphis.usda.gov
(latisha.a.hollman@aphis.usda.gov, Richard.H.Stammer@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Wage Rates Solicitation Package Combined Synopsis/Solicitation 1.This is a combined synopsis/solicitation for Waste Management Pick Up and Disposal for The United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Ames, IA. This combined synopsis/solicitation will result in a firm fixed price for Waste Management Services for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS). Location: Ames, IA. 2.Simplified acquisition procedures will be used for this requirement per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as Full and Open. The North American Industry Classification System (NAICS) code for this requirement is 562119 with a size standard of less than $38.5 million. 3.This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS) at: Rich Stammer Safety Occupational Health Specialist USDA, APHIS 1920 North Dayton Ave Ames, IA 50010 Voice: 515-337-7344 Cell: 515-450-2246 Email: Richard.H.Stammer@aphis.usda.gov 4.The solicitation number for this effort is 12639518Q0078 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 5.The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. 6.REQUIREMENTS --See attached statement of work for details and requirements. 7.The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 8.The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and technical capability. To be considered for award, interested vendors shall submit: 1) Completed Pricing schedule (blank sheet to be used attached, price must include all costs necessary to perform according to SOW) 2) DUNS number, and confirmation of SAM registration. 9.The provision 52.212-3 Offeror Representations and Certifications -Commercial Items applies to this solicitation. The contractor shall complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. SAM registration is required. 10.The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 11.The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) __X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). __X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __X_ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (56) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). __X_ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) _X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). _X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xi) _X__ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 12.Additional clauses/provisions included: FAR 52.204-18, 52.232-40, and 52.247-34. 13.To be awarded this contract, the offeror must be registered in SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 14.Quotations must be sent via e-mail to Latisha.A.Hollman@aphis.usda.gov by the date and time specified. Late quotes will not be considered. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO LATISHA HOLLMAN (No later than 1 day before quotes are due) BY EMAIL TO LATISHA.A.HOLLMAN@APHIS.USDA.gov. 15.A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: A) Completed Pricing schedule (price must include all costs necessary to perform according to the specifications. Blank work sheet attached). B) DUNS number, and confirmation of SAM registration. Quoters are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Missing, incomplete, or ambiguous information may result in a rating of "unacceptable." 16.USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX-EXEMPT. FEDERAL TAX. I.D. NO. 41-0696271.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/12639518Q0078/listing.html)
 
Place of Performance
Address: USDA, APHIS-VS -NVSL, 1920 North Dayton Ave, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN04847298-W 20180310/180308231053-b5b6e6fa897240529e218c2f13bfe57e (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.