Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

S -- Integrated Solid Waste Management - Refuse & Recycling

Notice Date
8/21/2020 11:30:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
FA6703 94TH CONTRACTING FLIGHT PK DOBBINS AFB GA 30069-4900 USA
 
ZIP Code
30069-4900
 
Solicitation Number
FA670320Q0007
 
Response Due
8/24/2020 12:00:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
Leslie Christoferson, Phone: 6786554584, Patrina Sheffield, Phone: 6786555778
 
E-Mail Address
leslie.christoferson@us.af.mil, patrina.sheffield@us.af.mil
(leslie.christoferson@us.af.mil, patrina.sheffield@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**UPDATE (21�August 2020)**�This is a modification to solicitation FA670320Q0007 - Integrated Solid Waste Management - Refuse & Recycling. You are hereby notified of the release of the following documents: Amendment P00002 Please refer to posted attachments. The due date for responses is NOT extended.� Offerors are responsible for monitoring this site for the release of�amendments.�� Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). ........... **UPDATE (13 August 2020)**�This is a modification to solicitation FA670320Q0007 - Integrated Solid Waste Management - Refuse & Recycling. You are hereby notified of the release of the following documents: Questions and Answers Amendment P00001 Attachment 1 - PWS ISWM Refuse and Recycling rev�13Aug2020 Please refer to posted attachments. The due date for responses is NOT extended.� Offerors are responsible for monitoring this site for the release of�amendments.�� Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). ........... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA670320Q0007 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Electronic Code of Federal Regulation (eCFR), 14 July 2020 and Air Force Federal Acquisition Circular (AFAC) 2019-1001 It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 562111 � Solid Waste Collection and small business size standard of $41.5M average annual receipts. � Dobbins Air Reserve Base, Marietta, GA, has a requirement for Integrated Solid Waste Management. �The contractor, on a firm fixed-price basis, shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform integrated solid waste management services at Dobbins Air Reserve Base (ARB). All work shall be completed in accordance with the Performance Work Statement (PWS), dated 20 July 2020 (Attachment 1). The period of performance shall consist of a base year plus a six (6) month option to extend services. The anticipated base year is 29 September 2020 through 28 September 2021. If all options are exercised, performance would conclude 28 March 2021. Please review this solicitation in its entirety including solicitation attachments provided herein and submit an offer for the requested solid waste management services as outlined in the PWS (Attachment 1). Offerors shall submit their firm fixed-price quote using the attached Pricing Schedule (Attachment 2). Any questions generated from this solicitation must be submitted in writing to Leslie Christoferson (leslie.christoferson@us.af.mil) with a copy to Patrina Sheffield (patrina.sheffield@us.af.mil) by 3PM (EDT),�10 August 2020. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions. Any questions received after 17 August 2020 may or may not be answered. Notice to Offeror(s):� Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. �� The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: Patrina Sheffield, patrina.sheffield@us.af.mil and Contract Specialist: Leslie Christoferson, leslie.christoferson@us.af.mil not later than 3PM, (EDT) Monday, 24 August 2020.� Offerors shall submit a clear and complete quote, and include only information that is relevant to this notice. Offerors shall submit their firm fixed-price quote using the attached Pricing Schedule (Attachment 2). Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA670320Q0007/Company Name/Email X of X (insert number of the email and total number of emails) (b)(4)� Submit technical information which outlines the Company�s capabilities and the planned approach to meeting the requirements of the Performance Work Statement (Attachment 1) �(b)(8) Representations/Certifications. Utilizing the provision below (52.212-3 -- Offeror Representations and Certifications � Commercial Items) Offerors shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation (Attachment 3). (b)(9) Acknowledgement of Solicitation Amendments. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically by email. In such cases, the amendment will include an announcement of the new closing date and time. The Offeror shall acknowledge all amendments issued by completing and initialing the section titled Acknowledgment of Amendments located in Attachment 2 - Price Schedule. �(b)(11) Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government�s intent to incorporate the Offeror�s proposal in the resulting award. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. (c) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm until 30 September 2020. (g) Contract award. The Government intends to evaluate offers and award a firm fixed-price contract without discussions with Offerors. Therefore, the Offeror�s initial offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM).� Visit the SAM website at https://www.sam.gov/SAM/ for further information. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. (a)� 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. The following factors shall be used to evaluate offers: ���� (i) technical approach and capability to meet the requirement, ���� (ii) price. All evaluation factors are considered equal in importance. (b)� Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). �(c)� A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall use the Pricing Schedule (Attachment 2) to submit pricing for their firm fixed-price proposal. Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAR 2020) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/. Offerors are required to complete the representations found in the provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019) For your convenience all referenced representations and certifications are attached to this solicitation. (Attachment 3). NOTE: Offeror is required to complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in SAM. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition.� The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows:� �(a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 18 months. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2020), applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6, Notice of Total Small Business Aside (MAR 2020) DEVIATION 2020-O0008 52.219-14, Limitations on Subcontracting (MAR 2020) DEVIATION 2020-O0008 �(g) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1) and (2) of this clause� By the end of the base term of the contract and then by the end of each subsequent option period. 52.219-28, Post Award Small Business Program Re-representation (MAY 2020) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (Jan 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)� 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 99730 � Refuse Collector $16.34 -- $4.22 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (EO 13658).� 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (EO 13706).� The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.217-5, Evaluation of Options ( July 1990) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-18, Availability of Funds (Apr 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34, FOB Destination (Nov 1991) 252.201-7000, Contracting Officer�s Representative (DEC 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 52.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011). 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (FEB 2019) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (MAY 2019) 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations (SEP 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7007, Limitation of Government�s Obligation (APR 2014) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.237-7023, Continuation of Essential Contractor Services (OCT 2010) 252.237-7024, Notice of Continuation of Essential Contractor Services (OCT 2010) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 5352.201-9101, Ombudsman (JUN 2016) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Ombudsman: Col. Jeffery Elliott, HQ ARFC/DSD, 155 Richard Ray Blvd, Robins AFB, GA Phone: (478) 327-2440, email: jeffery.elliott@us.af.mil. 5352.223-9001, Health and Safety on Government Installations (OCT 2019) 5352.242-9000 Contractor Access to Air Force Installations (OCT 2019) Note that the clause at 252.232-7003 is included in this solicitation.� DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.� All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.� The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://wawf.eb.mil).� Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.� Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a16c380152574ac8b72b377cecab04ad/view)
 
Place of Performance
Address: Marietta, GA 30069, USA
Zip Code: 30069
Country: USA
 
Record
SN05769033-F 20200823/200821230203 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.