Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
MODIFICATION

S -- Cavalier Space Force Station Refuse and Recycling

Notice Date
1/5/2023 6:58:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
FA4659 319 CONS PK GRAND FORKS AFB ND 58201 USA
 
ZIP Code
58201
 
Solicitation Number
FA465923Q0001
 
Response Due
1/27/2023 8:00:00 AM
 
Archive Date
02/11/2023
 
Point of Contact
Tyler J. Steen, Phone: 7017476116, Melissa Pearce, Phone: 7017475342
 
E-Mail Address
tyler.steen.1@us.af.mil, melissa.pearce.1@us.af.mil
(tyler.steen.1@us.af.mil, melissa.pearce.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DEPARTMENT OF THE AIR FORCE 319th CONTRACTING SQUADRON (ACC) GRAND FORKS AIR FORCE BASE ND COMBINED SYNOPSIS/SOLICITATION Request for Quote � Cavalier Space Force Station Refuse & Recycling Services Requesting Agency: 10th Space Warning Squadron � 10 SWS/MS Cavalier Space Force Station, ND 58220 Purchasing Agency: 319th Contracting Squadron � 319 CONS/PKB 295 Steen Blvd. Bldg. 242 Grand Forks AFB, ND 58205 This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) number FA465923Q0001. This will be for a Total Small Business Set-Aside. The NAICS code for this requirement is 562111 with a size standard of $41.5M. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 Effective 30 December 2022; Defense Federal Acquisition Regulation Effective 28 October 2022; and Air Force Federal Acquisition Regulation Effective 20 December 2022. __________________________________________________________________________________ BID SCHEDULE: Potential Offerors shall include the total price to provide for all of the items listed on the following bid schedule. See Attachment 2 for Bid Schedule Period of Performance: 01 March 2023 � 29 February 2028 __________________________________________________________________________________ *** To be considered for award: note that offerors must be actively registered with the US Government database System for Award Management (SAM) when submitting the quote or proposal. Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** �Registered in the System for Award Management (SAM)� means that� (1) The Contractor has entered all mandatory information, including the unique entity identifier and the Electronic Funds Transfer indicator (if applicable), the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and (4) The Government has marked the record �Active�. Questions must be submitted NLT 9:00 AM, Central Standard Time, 13 January 2023. Quotes are due no later than 10:00 AM. Central Standard Time, 27 January 2023. Quotes shall be sent via e-mail to the contracting points of contact listed below. Contracting points of contact: Mr. Tyler Steen, Contracting Officer, (701) 747-6116 or email: tyler.steen.1@us.af.mil Ms. Melissa Pearce, Contracting Officer, (701) 746-5342 or email melissa.pearce.1@us.af.mil ____________________________________________________________________________________ ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS QUOTE SPECIFICS: All proposals must include the following information: 1. Quote shall include the Contractor's Price Quotation as follows: a) Unit and Total Price relating to each Contract Line Item Number (CLIN) in the supplies or services and price/cost section. To include a detailed break down justifying contractors Proposal, including but not limited to labor rates, labor categories, administrative and overhead costs, profit, taxes, labor hours, equipment cost, maintenance cost and materials. i. Contractor must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, proposed unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.) b) Discount for prompt payment - if any 2. Contractor Point of Contact with name, address, email address, and telephone number. 3. Quote must be valid until 28 February 2023. NOTE: Contractor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of this quote. SPECIFIC INSTRUCTIONS 1. The Contractor's quote shall consist of the price quote and completed solicitation. 2. The quote shall consist of the bid schedule, the essential contractors service plan, and the list of past performance references (no more than 3 references). 2. The quote must be completed and returned to the 319th Contracting Squadron, 295 Steen Blvd. Bldg. 242, Grand Forks AFB, ND, PRIOR to the exact time set for receipt of the quote. 3. General Instructions: This section of the RFQ provides general guidance for preparing the quote as well as specific instructions on the format of the quote. The Offeror's quote must include all data and information requested in the RFQ. 4. Text: Text shall be single spaced and printed black on white paper (black and white requirement does not apply to graphics, photos, etc. Company stationary and logos are acceptable). 5. The quote shall be complete, comprehensive and clearly presented. Elaborate artwork, expensive paper /binding, and expensive visual aids are neither necessary nor desired. All pages shall be numbered and identified with the Request for Quote (RFQ) number. The offeror shall provide any narrative or supporting materials necessary for the government to fully understand the quote. 6. The Government will review and evaluate the quote for completeness, responsiveness and price realism. The Government reserves the right to award without discussions. 7. Bid Schedule. The contractor shall complete and return the bid schedule as part of their submitted quote. 8. Electronic submission of the quote is authorized via documents submitted in Adobe Acrobat on a CD or via email to tyler.steen.1@us.af.mil or melissa.pearce.1@us.af.mil. (End of Addendum) NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government�s exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. ADDENDUM TO FAR 52.212-2, EVALUATION OF OFFERS 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. The following factors shall be used to evaluate offers: Total Evaluated Price (a) Price analysis will be performed to determine the reasonableness of the Offer's price quote. Reasonableness will be based on the total evaluated price. The total evaluated price will be calculated as the sum of the Estimated Total Price for all the Contract Line Item Numbers (CLINs) along with the 6-month extension allowable under FAR 52.217-8, Option to Extend. (b) The proposed prices will be evaluated for reasonableness. Analysis of the cost/price quote will be performed using one or more of the techniques defined in FAR 13.106-3(a) in order to determine price reasonableness. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Past Performance The offerors past performance will be evaluated utilizing the CO's knowledge of and previous experience with the services being acquired, contacting the past performance POCs listed in the offerors quote, and any other reasonable basis needed to determine past performance. Past performance will be rated as either acceptable or unacceptable. Technical Evaluation The offerors technical evaluation of the service plan will reviewed by the requirement owner for sufficiency and be rated as either acceptable or unacceptable. Award will be made to the offer whose submission represents the best value to the government. b) 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. All additional provisions and clauses applicable to this Combined Synopsis/Solicitation are provided in Attachment 1 � Provisions and Clauses.: The full text of the FAR, DFARS, and AFFARS can be accessed at https:/www.acquisition.gov. List of Attachments: Attachment 1 � Provisions and Clauses Attachment 2 � Bid Schedule Attachment 3 � Performance Work Statement Attachment 4 � Wage Determination Attachment 5 - Past Performance List of References
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/852dfbfdbc754783b2472e9c04f0cdcf/view)
 
Place of Performance
Address: Cavalier, ND 58220, USA
Zip Code: 58220
Country: USA
 
Record
SN06556756-F 20230107/230105230104 (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.