Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
MODIFICATION

V -- Off Island Disposal of Hurricane Vegetative Debris

Notice Date
4/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912PM18T0054
 
Archive Date
5/8/2018
 
Point of Contact
Chase T. Willson, Phone: 5023153819, Rosalind Shoemaker, Phone: 9102334695
 
E-Mail Address
Chase.T.Willson@usace.army.mil, Rosalind.m.Shoemaker@usace.army.mil
(Chase.T.Willson@usace.army.mil, Rosalind.m.Shoemaker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is being posted as an avenue to provide Request for Quotes, W912PM18T0054. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be an unrestricted procurement. The solicitation number is W912PM18T0054, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 483111 with a small business size standard of 500 Employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-97. Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers requires a contractor to provide off island disposal of vegetative ***Amendment 0003 and construction/demolition (C&D) Amendment 0003*** debris resulting from the 2017 hurricanes Irma and Maria from the United States Virgin Islands (USVI) St. Croix and legally disposed at a facility in either the Continental United States (CONUS) or Outside the Continental United States (OCONUS). The locations can be found in Section 2.2 of the Statement of Work which is attached. Performance period: Shall be no more than 90 calendar days after Notice to Proceed. Evaluation and Award: 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. Award shall be made to the lowest priced technically acceptable offer. Reference Section 14 of the attached Statement of Work. Service Contract Act Wage Determinations: 15-5715, Revision -5, Dated 01/10/2018. Service Contract Act Wage Determinations: 96-0223, Revision -42, Dated 02/08/2018. The Contractor is responsible to refer to the above wage decisions and apply them as applicable. The Government will attach the latest versions to the contract upon award. This will be a firm-fixed-price contract action. IN ADDITION TO A COMPLETED PRICE BREAKOUT SCHEDULE ALL OFFERS MUST INCLUDE THE FOLLOWING FROM SECTION 14.1: TECHNICAL CRITERIA (Acceptable or Unacceptable, A or U) AMENDMENT 0011*********************************************************************************** SEE STATEMENT OF WORK IN AMENDMENT 0009 FOR EVALUATION CRITERIA AND PERFORMANCE PERIOD. ***********************************************************************************AMENDMENT 0011 FAILURE TO ADEQUATELY FULFILL THE SUBMISSION REQUIREMENTS ABOVE, AS FURTHER DESCRIBED IN THE ATTACHED SCOPE OF WORK, WILL RESULT IN YOUR OFFER BEING REMOVED FROM CONTENTION. REPS AND CERTS SHEET (ATTACHMENT E) - RETURN THE ATTACHED REPRESENTATION AND CERTIFICATION PAGE WITH YOUR QUOTE. LARGE BUSINESSES SHALL PROVIDE SUBCONTRACTING PLANS. IAW FAR 52.219-9 ALT II and DFARS 252.219-7003 (DEV) To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.203-3, Gratuities 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.203-13, Contractor Code of Business Ethics and Conduct 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-19, Prohibition on Requiring Certain Internal confidentiality Agreements or Statements 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.212-1, Instructions to Offerors--Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items. 52.219-1 Alt I, Small Business Program Representation 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-9 Alt II, Small Business Subcontracting Plan 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans, 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment 52.222-50, Combatting Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.228-5, Insurance 52.229-3, Federal, State, and Local Taxes 52.229-6, Taxes -- Foreign Fixed-Price Contracts 52.232-16, Progress Payments 52.232-17, Interest 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-37, Multiple Payment Arrangements 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.242-13, Bankruptcy 52.243-1 ALT I, Changes -Fixed Price 52.246-4, Inspection of Services - Fixed Price 52.246-16, Responsibility for Supplies 52.246-25, Limitation of Liability-Services 52.247-34, F.O.B. Destination 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.201-7000, Contracting Officer's Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.219-7003 (DEV), Small Business Subcontracting Plan 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications 252.243-7002, Request for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 525.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. 3. FAR 52.222-35, Equal Opportunity for Veterans, In addition to complying with the requirements outlined in FAR Part 22.13, FAR Clause 52.222-35, FAR Clause 52.222-37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: U.S. Department of Labor Veterans employment: www.vets.gov/ Federal veteran employment information: www.fedshirevets.gov/index.aspx Veterans' Employment and Training Service (VETS): http://www.dol.gov/vets/ Veterans Opportunity to Work (VOW) Program: http://benefits.va.gov/vow/ Hiring Our Heroes initiative: www.uschamberfoundation.org/hiring-our-heroes (End of Local Instruction) SUBCONTRACTING PLAN SMALL BUSINESS GOALS 1. Attention is directed to Federal Acquisition Regulations (FAR) clause 52.219-9 "Small Business Subcontracting Plan" and Defense Federal Acquisition Regulations Supplement (DFARS) clause 252.219-7003 "Small Business Subcontracting Plan (DoD Contracts). Subcontracting plans will be evaluated in accordance with Army Federal Acquisition Regulations Supplement (AFARS) Appendix DD, (APDD) "Subcontracting Plan Evaluation Guide". The guide is available at: http://farsite.hill.af.mil/reghtml/regs/other/afars/APDD.htm 2. Acceptability of the plan will be one of the elements considered by the Contracting Officer when determining contractor responsibility prior to award of a contract. 3. Subcontracting plans should be realistic, challenging, and achievable, with positive percentage and dollar subcontracting goals with: a. Small Business (SB) b. Small Disadvantaged Business (SDB) c. Women Owned Small Business (WOSB) d. Service Disabled Veteran Owned Small Business (SDVOSB) e. Veteran Owned Small Business (VOSB) f. Historically Underutilized Business Zone (HUBZone) g. Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) 4. If the proposed subcontracting goals are lower than the below U. S. Army Corps of Engineers "targets" for subcontracting, you are required to provide written justification with your proposed subcontracting plan to fully support your rationale for using lower goals. 5. You are reminded that contractors are measured against the approved subcontracting plan goals and may be assessed liquidated damages if a good faith effort has not been made toward meeting the agreed-upon goals. (See FAR clause 52.219-16 "Liquidated Damages - Subcontracting Plan"). 6. The following subcontracting targets have been assigned to the U. S. Army Corps of Engineers (USACE) USACE Subcontracting Targets a. Small Business (SB) 35.4% b. Small Disadvantage Business (SDB) 5.0% c. Women Owned Small Business (WOSB) 5.0% d. HUBzone Small Business (HUBzone) 3.0% e. Veteran-Owned Small Business (VOSB) 3.0% f. Service Disabled Veteran Owned SB (SDVOSB) 3.0% 7. Stated percentages are based on the total amount of planned subcontracting. 8. Additional information concerning subcontracting plan requirements may be obtained from Ms. Donna Walton, Deputy for Small Business, Phone: 910-251-4452. (End of Instruction) UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of clause) PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, Personal Identification number (previously DUNS number), and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email at Chase.T.Willson@usace.army.mil and Rosalind.m.shoemaker@usace.army.mil. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 20 APRIL 2018 BY 1400 EASTERN STANDARD TIME. ALL OFFERORS SHALL SUMBIT QUOTES VIA EMAIL TO BOTH CHASE WILLSON AND ROSALIND SHOEMAKER AT Chase.t.Willson@usace.army.mil and Rosalind.m.shoemaker@usace.army.mil. ALL QUESTIONS MUST BE RECEIVED BY THE INDIVIDUALS ABOVE NOT LATER THAN 20 APRIL 2018 AT 1600 EASTERN TIME. QUOTES MUST REMAIN VALID FOR 90 CALENDAR DAYS. Postal and/or Faxed quotes will not be accepted. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email: chase.t.willson@usace.army.mil and Rosalind.m.shoemaker@usace.army.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-04-05 18:22:22">Apr 05, 2018 6:22 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-04-23 14:15:23">Apr 23, 2018 2:15 pm Track Changes Amendment 0007 posted 5 April 2018 Solicitation W912PM18T0054 is hereby modified as follows: - The SOW is hereby replaced in its entirety. - The Price Breakout Schedule (PBS) is hereby replaces in its entirety. - The Questions and Answers Template has been updated and should be reviewed by all interested contractors. - The due date for submitting quotes is hereby extended to 2:00 p.m. Eastern Time on 20 April 2018. Amendment 0008 posted 6 April 2018 -Questions will be accepted through 1600 Eastern Time on 15 April 2018. -The due date within the decription has been revised to reflect the new due date on 2:00 p.m. Eastern Time on 20 April 2018. Amendment 0009 posted 13 April 2018 - The SOW is hereby replaced in its entirety - The Price Breakout Schedule is hereby replace in its entirety. - The Questions and Answers Template has been updated and should be reviewed by all interested contractors. Amendment 0010 posted 14 April 2018 - The description is hereby replaced in its entirety. Amendment 0011 Posted 23 April 2018 - The description is hereby replaced in its entirety.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912PM18T0054/listing.html)
 
Place of Performance
Address: The island of St. Croix., U.S. Virgin Islands, United States
 
Record
SN04898051-W 20180425/180423230717-39aa5ec13e249074116cb41415782cb2 (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.