Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

S -- Solid Waste Management

Notice Date
9/15/2020 6:11:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120R0025
 
Response Due
9/20/2020 4:00:00 PM
 
Archive Date
10/05/2020
 
Point of Contact
Leena Budhu, Phone: 3153302557, Fax: 3153302555
 
E-Mail Address
leenawattie.budhu.1@us.af.mil
(leenawattie.budhu.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*** UPDATE 15 SEPTEMBER - APPENDIX G - BID SCHEDULE HAS BEEN ATTACHED FOR OFFERORS TO USE IN SUBMITTING OFFERS. *** 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; Proposals 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 FA875120R0025 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 562111 and small business size standard is $41.5M in average annual receipts. The Contractor shall provide solid waste management services on a firm fixed price basis including the cost of shipping FOB Destination in accordance with the Performance Work Statement document, dated 17 April 2020 (Attachment 1). The anticipated period of performance is 01 October 2020 through 30 September 2021, plus four (4) option years. If necessary, any deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is: F4HBC1 150 ELECTRONIC PKWY M/F: RIOC ROME NY 13441-4516 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) Electronic copies of proposals are due at or before 3 PM EST, TBA. Proposals shall be submitted to Leena Budhu @ leenawattie.budhu.1@us.af.mil. (b)(6) Offerors shall use the PWS Bid Schedule (Appendix G) to submit their pricing details/breakout, and use the SF 1449 to show their Total Evaluated Price. (b)(10) Offerors shall submit Past Performance Questionnaires (PPQs) for no more than five (5) of the most relevant contracts performed for Government agencies and commercial customers within the last three (3) years, which demonstrate the ability of the Offeror to perform the proposed effort. The PPQ is provided as Attachment 3. Offerors will complete Section A of the PPQ (pages 2 & 3) for each reference and include one (1) copy with their proposal. The Offeror will complete Block 2 of Section B for each referenced contract, submit Section B of the PPQ directly to their references, and then request that the references return the PPQs directly to the Government by the solicitation closing date. (b)(12) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a 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. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers: (i) technical acceptability (ii) price, and (iii) past performance. The Government intends to award to the lowest priced, technically acceptable Offeror with no negative past performance. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offerors must clearly identify any exception to the solicitation in terms and conditions and provide complete accompanying rationale. In determining acceptable past performance, in addition to the offeror�s PPQs, AFRL/RIKO will independently obtain data from other Government and commercial sources in order to consider an Offeror�s history of compliance with delivery schedules, order support, and general customer satisfaction. Offerors are required to complete representations and certifications found in the provision at: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2020). 52.209-7, Information Regarding Responsibility Matters (OCT 2018) 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation (JUN 2020) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020) (DEVIATION 2020-O0015) For your convenience all referenced certifications are attached to this solicitation. (Attachment 2) Terms and Conditions: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2020), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition 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 5 years. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). 52.219-6, Notice of Total Small Business Aside (Mar 2020) DEVIATION 2020-O0008 (15 U.S.C. 644 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (MAR 2020) (DEVIATION 2020-O0008) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Re-representation (Mar 2020) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). 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) (38 U.S.C. 4212 52.222-36, Equal Opportunity for Workers With Disabilities (Jun 2020) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). 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) (E.O.�s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) (31 U.S.C. 3332) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67) 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 Refuse Collector $13.58 + $4.27 = $17.85 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 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: 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207) 52.203-17 � Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908. 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 52.232-18, Availability of Funds. (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34, FOB Destination (Nov 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) (Section 847 of Pub. L. 110-181) 252.203-7002 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 of Unclassified Controlled Technical Information (Dec 2019) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (DEC 2019) 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) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012, Preference for Certain Domestic Commodities (Dec 2017) (10 U.S.C. 2533a) 252.225-7048 Export-Controlled Items (Jun 2013) 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (FEB 2020) (DEVIATION 2020-O0006) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (FEB 2020) (DEVIATION 2020-O0005) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (APR 2019) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (APR 2020) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) (Section 1038 of Pub. L. 111-84) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 U.S.C. 2410) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea � Basic (Feb 2019) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers, AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil 5352.223-9001, Health and Safety on Government Installations (OCT 2019) 5352.242-9000, Contract Access to Air Force Installations (Oct 2019) (a) The Contractor shall obtain installation identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or Contractor-furnished, Contractor identification badges while visiting or performing work on the installation. (b) The Contractor shall submit a written request on company letterhead to the Contracting Officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the installation. The letter will also specify the individual(s) authorized to sign for a request for identification credentials. The Contracting Officer will endorse the request and forward it to the security police for processing. When reporting to the security police office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. (c) During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the Contractor shall comply with AFI 31-101, Integrated Defense, AFMAN 16-1405, Air Force Personnel Security Program, and applicable individual area operating instructions. (e) Upon completion or termination of the contract or expiration of the installation identification badges, the prime contractor shall ensure that all installation identification badges issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements (End of Clause) The following additional terms and conditions apply: 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 proposal, which shall be considered. Notice to Offeror(s)/Suppliers(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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/994246186f224db8bc15a331d0eb75ec/view)
 
Record
SN05797883-F 20200917/200915230152 (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  © 1994-2020, Loren Data Corp.