Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SOLICITATION NOTICE

S -- Trash Removal Services - Wage Determinations - Price Schedule and Statement of Work - Representations and Certifications

Notice Date
9/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
6923G18Q0768
 
Archive Date
10/11/2018
 
Point of Contact
Jason C. Brockway, Phone: 3157643252, Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
jason.brockway@dot.gov, patricia.white@dot.gov
(jason.brockway@dot.gov, patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Representations and Certifications Price Schedule and Statement of Work Wage Determinations This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued. This requirement is %100 set aside for Small Business and only qualified offerors may submit quotes. The applicable NAICS code is 562111 and the size standard is $38.5 million. The solicitation number is 6923G18Q0768 and the solicitation is issued as a request for quotation (RFQ). The Saint Lawrence Seaway Development Corporation(SLSDC) requires a contractor to provide dumpster-type containers, truck(s) and driver(s), to collect, remove, and dispose of all solid wastes and recyclables belonging to and generated by SLSDC at various facility locations in Massena, NY. All quotes shall be submitted on and in accordance with the attachment labeled Price Schedule and Statement of Work. This procurement is subject to the Service contract act and the Wage determinations are provided as an attachment. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Small Business Set Aside, 52.219-13 -- Notice of Set-Aside of Orders, 52.219-14 -- Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 - Equal Opportunity for Workers With Disabilities, 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-36 -- Payment by Third Party, 52.222-17 Nondisplacement of Qualified Workers, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 -- Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (Sep 2013), 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 52.245-1. The Following FAR Clause is also required in full text, 52.222-42 Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Equipment Operator $32.39 $10.36 WG- 5716-10 Response date for receipt of offers/quotes is by 1:00 pm EST, Wednesday, September 26, 2018. Quotes shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to jason.brockway@dot.gov. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G18Q0768/listing.html)
 
Place of Performance
Address: 180 Andrews Street, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN05090963-W 20180916/180914231327-5785d051969371211c7e71ed9327ae3d (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.