Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2023 SAM #7925
SOLICITATION NOTICE

P -- DLA Disposition Services CONUS Drain and Purge Services - SP451023Q1043

Notice Date
8/7/2023 7:16:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451023Q1043
 
Response Due
9/1/2023 9:00:00 AM
 
Archive Date
09/16/2023
 
Point of Contact
Jacob S. Curtiss
 
E-Mail Address
Jacob.Curtiss@dla.mil
(Jacob.Curtiss@dla.mil)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation number is SP4510-23-Q-1043 and being issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2023-04. See attached Attachment 1- Performance Work Statement and applicable provisions and clauses below. Service Contract Act applies to this solicitation/acquisition. Wage Determination is applicable for each DLA Disposition site and can be found on SAM.gov | Wage Determinations TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns; (2) small business concerns; and (3) large business concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. This set-aside procurement is based on a tiered or cascading order of precedence for evaluating offers. Tier 1 quotes will be evaluated first. After review of Tier 1 quotes, if award can be made at a fair and reasonable price that offers best valued to the United States, no additional tiers will be reviewed. If no offers are submitted at Tier 1 or if none of the Tier 1 quotes would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 2 quotes for award. Tier 2 quotes will be evaluated first. After review of Tier 2 quotes, if award can be made at a fair and reasonable price that offers best valued to the United States, no additional tiers will be reviewed. If no offers are submitted at Tier 2 or if none of the Tier 2 quotes would result in award at a fair and reasonable price that offers best value to the United States, the Government will evaluate Tier 3 quotes for award. The NAICS code is 562119 with a size standard of $47,000,000.00 and the requirement will result in one (1) 12-month base period of performance plus two (2)12-month option year periods of performance for a Firm Fixed Priced IDIQ contract. The total contract length shall not exceed three (3) years. Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program. In order to accomplish this mission, DLA Disposition Services is seeking to have Drain and Purge Services on items and vehicles that may have a combination of Petroleum, Oil, Lubricant (POL), Refrigerant and other fluids that require to extracted before demilitarization or destruction. INSTRUCTIONS TO OFFERORS: Submit quotes by email to Jacob.Curtiss@dla.mil no later than 1 September, 2023, at 12:00 P.M. Eastern Time. Questions shall be submitted ONLY to Jacob.Curtiss@dla.mil no later than 12:00 P.M. Eastern Time on 18 August, 2023. Phone calls will not be answered and will be directed to submit via email. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.� The Government is not responsible for answering questions received after this deadline. Attention should be noted to FAR 52.212-1(f), concerning late submissions. �The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.� Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: � 1) The Attachment 3 - Price schedule is attached and responding firms are required to complete and return the bid schedule(s) for the base period and both option periods.� Firms are required to submit on all line items, this acquisition is not permitting multiple awards. 2)� Past Performance Submission (each of the following points must be met to pass the past performance evaluation): Submittal of at least one but not more than three relevant past performance reference projects, complete with customer reference point(s) of contact with current and accurate email addresses and phone numbers within the last three years. To be relevant, the actions must include: Both successful fluid draining services and refrigerant purging services on a variety of commercial and military equipment items, including at a minimum different sized vehicles and equipment items containing refrigerants. The services were performed within the past three years and over more than one service site in as broad a geographic region as required, e.g. the Continental United States and at least one of the other locations, be it Alaska or Hawaii. The services performed in the reference project(s) territory were successfully performed at the same time, i.e. demonstrate that services within the PWS timeframes can occur at more than one service location simultaneously.� �Successfully performed� for purposes of this evaluation means rated satisfactory or better by the reference, per inquiry/survey by the Government as applicable, including if the reference project description meets the criteria in this past performance submission section. Reasonable evidence that the firm still has the resources to perform such a requirement, e.g. their resources including service territory coverage for their reference project(s) are the same as they propose to utilize for the contract award(s) they are pursuing under this action, or other evidence supporting the resources/territory coverage are currently available.� Note that incorrect and/or outdated reference contact information may render the reference not eligible for consideration and the past performance submittal not eligible to pass the pass/fail past performance evaluation, therefore the proposal may be ineligible for award(s). 3) Offerors shall provide the applicable CAGE code with their quote submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. EVALUATION: Quotations will be evaluated on a Lowest-Priced Past-Performance-Acceptable basis.� Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (inclusive of options) after a pass/fail evaluation of the contractors� provided past performance submittal. Evaluation of Subcontracting Plans (1) The evaluation of Small Business Subcontracting Plans, as required by FAR 52.219?9 and DFARS 252.219?7003 applies to all offerors except small businesses. This means that it will apply to Tier 3 offerors only. (2) The Small Business Subcontracting Plan will be evaluated to determine if it meets the requirements of FAR 52.219?9 and DFARS 252.219?7003. If the apparently successful offeror fails to negotiate a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, the offeror will be ineligible for award. The evaluation of the Small Business Subcontracting Plan will be on the basis of total contract value (base and all options). Minimum/maximum for the base period is $1,000.00 and a maximum value of 200% above the total estimated value for the period.� No minimum is guaranteed for the option periods. 52.203-11���������� Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12���������� Limitation on Payments to Influence Certain Federal Transactions 52.204-7������������ System for Award Management 52.204-10���������� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13���������� System for Award Management Maintenance 52.204-16���������� Commercial and Government Entity Code Reporting 52.204-17���������� Ownership or Control of Offeror 52.204-18���������� Commercial and Government Entity Code Maintenance 52.204-19���������� Incorporation by Reference of Representations and Certifications 52.204-20���������� Predecessor of Offeror 52.204-21���������� Basic Safeguarding of Covered Contractor Information Systems 52.204-22���������� Alternative Line Item Proposal 52.204-24���������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25���������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-27���������� Prohibition on a ByteDance Covered Application 52.209-6������������ Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1������������ Instructions to Offerors�Commercial Products and Commercial Services 52.212-2������������ Evaluation�Commercial Products and Commercial Services 52.212-3������������ Offeror Representations and Certifications�Commercial Products and Commercial Services 52.212-3������������ Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I 52.212-4������������ Contract Terms and Conditions�Commercial Products and Commercial Services 52.212-5������������ Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services 52.212-5������������ Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services 52.216-18���������� Ordering 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 Schedule. Such orders may be issued within 12 months after award. All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. A delivery order or task order is considered ""issued"" when� If sent by mail (includes transmittal by U.S. mail or private delivery service), the Government deposits the order in the mail; If sent by fax, the Government transmits the order to the Contractor's fax number; or If sent electronically, the Government either� Posts a copy of the delivery order or task order to a Government document access system, and notice is sent to the Contractor; or Distributes the delivery order or task order via email to the Contractor's email address. Orders may be issued by methods other than those enumerated in this clause only if authorized in the contract. (End of clause) 52.216-19���������� Order Limitations Minimum order. When the Government requires supplies or services covered by this contract in an amount of__$1,000.00__________ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. Maximum order. The Contractor is not obligated to honor- Any order for a single item in excess of _total value of contract____________; Any order for a combination of items in excess of __200%____________ ; or A series of orders from the same ordering office within _N/A____________ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. 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) of this section. Notwithstanding paragraphs (b) and (c) of this section, 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 __3_calendar__ 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. (End of clause) 52.216-22���������� Indefinite Quantity Indefinite Quantity (Oct 1995) 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. 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."" 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. 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 _12 months after award. (End of clause) 52.217-3������������� Evaluation Exclusive of Options 52.217-4������������ Evaluation of Options Exercised at Time of Contract Award 52.217-5������������ Evaluation of Options 52.217-9������������ Option to Extend the Term of the Contract The Government may extend the term of this contract by written notice to the Contractor within _7 calendar days____]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __14 calendar_ days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed __3 years_________. 52.219-6 ������������ Notice of Total Small Business Set-Aside 52.219-27���������� Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28���������� Post-Award Small Business Program Rerepresentation 52.222-3������������ Convict Labor 52.222-21���������� Prohibition of Segregated Facilities 52.222-22���������� Previous Contracts and Compliance Reports 52.222-25���������� Affirmative Action Compliance 52.222-26���������� Equal Opportunity 52.222-35���������� Equal Opportunity for Veterans 52.222-36���������� Equal Opportunity for Workers with Disabilities 52.222-37���������� Employment Reports on Veterans 52.222-41���������� Service Contract Labor Standards 52.222-42���������� Statement of Equivalent Rates for Federal Hires 52.222-43���������� Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts) 52.222-55���������� Minimum Wages Under Executive Order 13658 52.222-62���������� Paid Sick Leave Under Executive Order 13706 52.223-4������������ Recovered Material Certification 52.223-9������������ Estimate of Percentage of Recovered Material Content for EPA Designated Items 52.223-11���������� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-12���������� Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners 52.223-20���������� Aerosols 52.223-21���������� Foams 52.223-22���������� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 52.224-3������������ Privacy Training 52.232-33���������� Payment by Electronic Funds Transfer�System for Award Management 52.239-1������������ Privacy or Security Safeguards 52.252-5������������ Authorized Deviations in Provisions 52.252-6������������ Authorized Deviations in Clauses 252.204-7008�� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009�� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7022�� Expediting Contract Closeout 252.204-7024�� Notice on the use of the Supplier Performance Risk System 252.223-7008�� Prohibition of Hexavalent Chromium 252.225-7000, Buy American � Balance of Payments Program Certificate - Basic (NOV 2014) 252.225-7007�� Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies 252.225-7012�� Preference for Certain Domestic Commodities 252.247-7023�� Transportation of Supplies by Sea�Basic 52.203-19���������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 252.225-7000�� Buy American--Balance of Payments Program Certificate--Basic 252.225-7056�� Prohibition Regarding Business Operations with the Maduro Regime 252.225-7061�� Restriction on the Acquisition of Personal Protective Equipment and Certain Other Items from Non-Allied Foreign Nations (DLAD) 5452.233-9001 DISPUTES � AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020) C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016) DLAD ������������������ L09�Reverse�Auction�(OCT 2016)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f395097e2c644c9a0b4f36c9f84dec5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06779079-F 20230809/230807230049 (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.