Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

P -- Disposal, Transportation, and Recycle of Scrap Metals - Attachment V - Past Performance Questionnaire - Attachment VII - Section B - Pricing Factors - Attachment III - Evaluation Criteria - Attachment II - Provisions and Clauses - Attachment IV - PWS - Attachment VI - Service Wage Determination - Attachment I - Combined Synopsis_Solicitation

Notice Date
8/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562920 — Materials Recovery Facilities
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
 
ZIP Code
20228
 
Solicitation Number
2031ZA18Q00470
 
Archive Date
9/25/2018
 
Point of Contact
Jacquline Kelly, Phone: 2028744397, David P. Wallace, Phone: 2028743251
 
E-Mail Address
jacquline.kelly@bep.gov, david.wallace@bep.gov
(jacquline.kelly@bep.gov, david.wallace@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis_Solicitation Service Wage Determination PWS Provisions and Clauses Evaluation Criteria Section B - Pricing Factors Past Performance Questionnaire THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562920 - Materials Recovery Facilities. The small business size standard is $20,500,000.00. This acquisition is set aside for small businesses. Simplified acquisition procedures will be utilized. Background Information: The Bureau of Engraving and Printing (BEP) has a requirement for the disposal, transportation, and recycling of ferrous and non-ferrous scrap metals at the BEP Washington, DC facility. The objective is the disposal, transportation, and recycling of scrap metals to be transported to an outside facility for recycling. APPLICABLE ATTACHMENTS : Attached to this solicitation are the following: • Attachment II - Applicable Provisions and Clauses • Attachment III - Evaluation Criteria • Attachment IV - Performance Work Statement • Attachment V - Past Performance Questionnaire (PPQ) • Attachment VI - Service Wage Determination, WD 2015-4281 (Rev.11) 03/07/2018 • Attachment VII - Section B - Pricing Factors FAR 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017): Offerors must submit all questions concerning this solicitation via email to jacquline.kelly@bep.gov. Questions must be received no later than 5:00pm Eastern Standard Time three (3) days prior to the close date of the solicitation. Any responses to questions will be made in writing, without identification of the offeror, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The Offeror shall have the Past Performance Questionnaire (PPQ), Attachment A, completed by the three (3) references identified and have the PPQ submitted via email to the Contract Specialist, Jacquline Kelly, at Jacquline.kelly@bep.gov prior to the RFQ closing. (End of Provision) CONTRACT LINE ITEM STRUCTURE: Responsible offerors shall provide pricing for the following line items: CLIN 0001: Hauling Fee / Container Rental CLIN 0002: Pick-ups / Deliveries Period of Performance: Five (5) years, 1-October-2018 thru 30-September-2023 (anticipated) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and services necessary to provide the disposal, transportation, and recycling of BEP ferrous and non-ferrous scrap metals in accordance to the statement of work and attachments. The types of scrap metal included in this contract are scrap iron, steel, cast iron, and other ferrous and non-ferrous scrap metals. The applicable wage determination under the Service Contract Act shall be updated on a yearly basis during the period of performance. INSPECTION AND ACCEPTANCE The Government reserves the right to inspect and accept the services performed. At the discretion of the COR, the COR will inspect the condition of the containers, and their location as the method of surveillance. PAYMENT TERMS Under the Code of Federal Regulations (CFR) Title 41, Part 102-38, Section 295, BEP has the statutory authority to retain the proceeds from sales of the scrap metals. • Ferrous scrap metals: The contractor shall be responsible for recycling and payment for all ferrous scrap metals that includes but not limited to: scrap iron, steel, cast iron, and other ferrous scrap metals. Recycled quantities/ weights of different commodities will vary from time to time. BEP cannot guarantee any minimum amounts. The contractor shall agree to purchase and pay the BEP for each ton of ferrous scrap metal picked up by the contractor. The contractor shall bid their price based on the http://www.kitcometals.com/ daily price as a percentage of http://www.kitcometals.com/ Scrap Metal Price. Rebates shall be paid at the pre-agreed percentage of the current http://www.kitcometals.com/ Scrap Metal Price market rate. The vendor shall pay the BEP within fifteen (15) calendar days after removal of scrap metal based on the prices stated for the day the scrap metal is removed. • Non-Ferrous scrap metals: The contractor shall agree to purchase and pay the BEP for all non-ferrous scrap metals removed including but not limited to: 1) Copper (#1, #2) scrap aluminum, aluminum cans, aluminum copper coils, aluminum radiators, aluminum turnings, scrap brass, brass shells, clean brass turnings, etc.); 2) Nickel trims/trees (93.29%); 3) Nickel grindings (14%); 4) Nickel chrome (58.3%); and 5) Nickel shreds (90%). The contractor is required to bid their price the http://www.kitcometals.com/ daily price as a percentage of http://www.kitcometals.com/ Scrap Metal Price market rate. Rebates shall be paid at the pre-agreed percentage of the current http://www.kitcometals.com/ Scrap Metal Price market rate. The vendor shall pay the BEP within fifteen (15) calendar days after removal of scrap metal based on the prices stated for the day the scrap metal is removed. The contractor shall pay BEP within fifteen (15) calendar days after pick-up. All payments shall be made payable to: Department of Treasury, Bureau of Engraving and Printing. Payments must include a receipt that documents, at a minimum, date of pick-up, type of scrap, weight of each type of scrap, verifiable current market value/pound, direct/indirect costs, and total cost paid to BEP for each type of scrap. REQUIRED SUBMISSIONS All offerors shall submit the following: 1. For the purpose of evaluation of Technical Capability: Please see Attachment III - Evaluation Criteria 2. For the purpose of evaluation of Price: The offeror shall submit their pricing in accordance to the bid schedule in Attachment III - Evaluation Criteria. 3. This is a combined synopsis/solicitation for the disposal, transportation and recycling of ferrous and non-ferrous scrap metals at the BEP Washington, DC facility. The Government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: a. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR b. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:..." Offeror shall list exception(s) and rationale for the exception(s). Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 4. The DUNS # for the offeror's active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. DUE DATE FOR QUOTATIONS All quotes must be submitted, via e-mail, to Jacquline Kelly at Jacquline.Kelly@bep.gov. Facsimile quotations will NOT be accepted. Submissions must be received no later than 10 September 2018, at 5:00 pm Eastern Standard Time. Oral communications are not acceptable in response to this RFQ. EVALUATION CRITERIA AND BASIS FOR AWARD The Government reserves the right to award multiple Blanket Purchase Agreements resulting from this solicitation to the responsible offeror's whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. See Attachment III for Evaluation Criteria. Price will be evaluated for reasonableness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/47ac55557c513f54b16ead9f1487897b)
 
Place of Performance
Address: Bureau of Engraving and Printing, Annex Building Loading Dock, 14th & D Streets, SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN05063160-W 20180831/180829231839-47ac55557c513f54b16ead9f1487897b (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.