Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2021 SAM #7055
SOLICITATION NOTICE

S -- BPA for Hazardous Waste Removal Turkey

Notice Date
3/22/2021 10:19:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP450021Q0001
 
Response Due
3/30/2021 7:00:00 AM
 
Archive Date
04/14/2021
 
Point of Contact
ANNETTE GRAHAM, Phone: 2699614078
 
E-Mail Address
Annette.Graham@dla.mil
(Annette.Graham@dla.mil)
 
Description
THE DUE DATE HAS BEEN EXTENDED.� This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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 will not be issued. Solicitation SP450021Q0001 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04 effective Jan 19, 2021. (iv) This acquisition is being issued as a full and open competition on an unrestricted basis; the associated North American Industry Classification System (NAICS) code is 562211, applicable threshold is $41.5 million. Contractor Registration Process for Turkey 2020 applies and can be found as Attachment 9. Due to the break in service from the previous contract, the Contracting Officer is not able to allow 90 days for contractors to complete the registration and therefore offerors must already be registered to do business in Turkey. The list of CLINs for services to be completed in the country of Turkey can be found in the Price Schedule � Attachment 1. The performance consists of removal, transportation, and disposal of U.S. government generated hazardous and non?hazardous wastes located on military installations in the country of Turkey. Services will be completed as described in the requirement in the Performance Work Statement (PWS) - Attachment 2. See Attachment 3 for a list of pickup locations for these services. No removals can leave the country of Turkey. Contractor shall not co-mingle or combine waste removed from U.S. installations with that of non-U.S. generators/customers. Manifests must show clear audit trail from removal to disposal. The removal, transportation, storage, characterization, treatment, disposal, and recycling or recovery of wastes offered under this BPA are to be performed in accordance with Final Governing Standards (FGS) for the Republic of Turkey (September 2016) (see attachment 4). Additionally, the Contractor shall perform work under this BPA in accordance with Host Nation law, European Union (EU) and international environmental, safety and health laws and regulations; international agreements governing the generation, storage, transportation, and disposal/recycling of dangerous goods; and in conformance with industry standards that minimize risks to human health and the environment. The contract is anticipated to have a 30?month base period no later than 1 April 2021 through the end of September 2023 and a 30? month option period. The provision at FAR 52.212?1, Instructions to Offerors ?? Commercial, applies with an addendum (Attachment 5 � Instruction to Offerors). This will aid understanding of what documents and information each submitted offer should be composed. All offers should submit 3 volumes as outlined in the attachment. Offerors shall provide the applicable CAGE code and DUNS number for the firm, with the bid submission. This will be utilized for validation of an active SAM registration at the time of the bid closing. The provision at 52.212?2, Evaluation ?? Commercial Items, applies with an addendum (Attachment 8 � Evaluation). This will aid understanding how each submitted offer will be reviewed and evaluated. Quote must conform to the solicitation. The clause at 52.212?4, Contract Terms and Conditions, ?? Commercial Items, applies to this acquisition and is included in this document. The clause at 52.212?5, Contract Terms and Conditions, Required to Implement Statutes or Executive Orders ?? Commercial Items, applies to this acquisition and is included in this document. Additional contract terms and conditions are included in this document. The Defense Priorities and Allocations System (DPAS) does not apply. Offers/proposals are due by 10:00 EST on 23�March 2021 directly to Annette.Graham@dla.mil with the subject: SP450021Q0001 HW Turkey BPA Offerors must submit all questions regarding this solicitation in writing by 25 February 2021, via email to Annette.Graham@dla.mil subject: SP450021Q0001, Questions. �Questions received after that time may not receive an answer. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.� There will be a conference call on 22 February at 1400hrs Turkey Local/Eastern European Time for contractors interested in completing the BPA process for these services. Please email Annette.Graham@dla.mil before close of business�18 February 2021 for further details and to ensure that everyone can be accomodated.� This solicitation incorporates one or more clauses/provisions by reference, with the same force and effect as if they were given in full text.� The full text may be accessed electronically at https://ecfr.federalregister.gov/current/title-48/chapter-1/subchapter-H .�� Upon request, the Contracting Officer will make their full text available.� CLAUSES THAT APPLY TO THIS ACQUISITION: DFARS� 252.201-7000 Contracting Officer's Representative FAR 52.203-3, Gratuities (Apr 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 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) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems DFARS� 252.204-7004 LEVEL I ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019) DFARS DFARS� 252.204-7009 Limitations on The Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country FAR 52.212?4, Contract Terms and Conditions, ?? Commercial Items FAR 52.212-5 �Contract Terms & Conditions Required to Implement Statutes or Executive Orders � Commercial � *The following clauses cited under FAR 52.212-5(a) are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.233-3, Protest After Award *The following clauses cited under FAR 52.212-5(b) are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred 52.222-50, Combating Trafficking in Persons �Alt I 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer --System for Award Management DFARS� 252.222-7002, COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) FAR 52.225-14, INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT DFARS 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES DFARS� 252.225-7041, CORRESPONDENCE IN ENGLISH DFARS� 252.225-7043, ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES DFARS� 252.229-7000, INVOICES EXCLUSIVE OF TAXES OR DUTIES FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS� 252.232-7008, ASSIGNMENT OF CLAIMS (OVERSEAS) DFARS 252.232-7010, Levies on Contract Payments FAR 52.233-1, DISPUTES DFARS� 252.233-7001 CHOICE OF LAW (OVERSEAS) FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION DFARS� 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002� Requests for Equitable Adjustment DFARS� 252.244-7000 Subcontracts for Commercial Items FAR����� 52.247-34������� F.O.B. DESTINATION ADDITIONAL CLAUSES WITH FILLIN INFORMATION THAT APPLY TO THIS ACQUISITION: 52.216-19�� ORDER LIMITATIONS� (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor� (1) Any order for a single item in excess of $250,000; (2) Any order for a combination of items in excess of $250,000]; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22 INDEFINITE QUANTITY (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the �maximum.� The Government shall order at least the quantity of supplies or services designated in the Schedule as the �minimum.� (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the 360th day after contract ends. DFARS 252.216-7006 ORDERING (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule.� Such orders may be issued from BPA award/effective date through the last day of the BPA. (b) All delivery orders or task orders are subject to the terms and conditions of this BPA. In the event of conflict between a delivery order or task order and this contract, the BPA shall control. (c) (1) If issued electronically, the order is considered �issued� when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered �issued� when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (a) The Government may extend the term of this BPA by written notice to the Contractor within 01 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 days before the BPA expires. �The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended BPA shall be considered to include this option clause. (c) The total duration of this BPA, including the exercise of any options under this clause, shall not exceed 60 months. 252.229-7001 TAX RELIEF-BASIC (SEP 2014) DFARS Basic. As prescribed in 229.402-70(a) and (a)(1), use the following clause: (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price ����������������������� NAME OF TAX ___________________ ����������� RATE (percentage) _____________________ (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty free import of an amount of supplies or components corresponding to that used from inventory for this contract. PROVISIONS THAT APPLY TO THIS ACQUISITION: DFARS� 252.203-7005 Representation Relating to Compensation of Former DoD Officials� DFARS� 252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS�REPRESENTATION FAR����� 52.204-6 �������� UNIQUE ENTITY IDENTIFIER (OCT 2016) FAR����� 52.204-7��������� System for Award Management FAR����� 52.204-16 ������ Commercial and Government Entity Code Reporting FAR����� 52.204-17������� Ownership or Control of Offeror FAR����� 52.204-18 ������ Commercial and Government Entity Code Maintenance FAR����� 52.204-17 ������ Ownership or Control of Offeror FAR����� 52.204-20������� Predecessor of Offeror FAR����� 52.204-24������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR����� 52.204-26������� COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES � REPRESENTATION DFARS� 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation DFARS� 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) DFARS� 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System DFARS 252.215-7008 Only One Offer FAR ���� 52.212-1 �������� Addenda Instructions to Offerors � Commercial FAR ���� 52-212-2��������� Addenda Evaluation � Commercial FAR����� 52.217-5��������� Evaluation of Options FAR����� 52.233-2�� ������ Service of Protest. -end
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ccb1191b097143498c2ce517eba82e92/view)
 
Place of Performance
Address: TUR
Country: TUR
 
Record
SN05949530-F 20210324/210322230111 (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.