Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

J -- Disposal Services for Portable Fire Extinguishers ABC and CO2 Type

Notice Date
11/27/2023 4:23:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
 
ZIP Code
96322-1500
 
Solicitation Number
N6824624Q0012
 
Response Due
12/5/2023 8:30:00 PM
 
Archive Date
12/21/2023
 
Point of Contact
Sabrina Eclavea Melsior, Phone: 671-339-5525, Joshua Tyquiengco, Phone: 671-339-3254
 
E-Mail Address
sabrinanicole.e.melsior.civ@us.navy.mil, joshua.g.tyquiengco.civ@us.navy.mil
(sabrinanicole.e.melsior.civ@us.navy.mil, joshua.g.tyquiengco.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for a commercial SAP requirement 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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation number is N6824624Q0012 and is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2023-06 (iv) This requirement is a 100% Small Business Set-Aside and the SBP concurs with the set-aside determination. The associate NAICS code is 562211 � Hazardous Waste Treatment and Disposal (v) See attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). (vi) The Government requires a commercial firm-fixed price contract to provide disposal services for ABCand CO2 type of portable fire extinguishers for Joint Region Marianas Fire and Rescue Services. (vii) See attachment (1) � Performance Work Statement for the description of the requirements. (viii) The task order will have a period of performance from 31DEC2023 � 30DEC2024 (ix) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. (x) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (xi) Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. (xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-��� 328) 52.219-6 ��Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (SEP 2021) 52.222-3 ��Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2022) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1�� Buy American-Supplies (NOV 2021) 52.225-13 Restrictions on Certain Foreign Purchases�(Feb 2021) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT2018) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels�(Nov 2021)� (xiv) The following additional clauses and provisions also apply to this requirement: Clauses: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 � Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Products and Commercial Services 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment 52.233-3 Protest after Award 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.222-3 Convict Labor 52.222-35 Equal Opportunity for Veterans 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons--Alternate I52.223-2 Foams 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 252.204-7004 Antiterrorism Awareness Training for Contractors 252.232-7006 Wide Area WorkFlow Payment Instructions Provisions: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services--Representation 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-20 Predecessor of Offeror 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation 252.204-7024 Notice on the use of the Supplier Performance Risk System Attachment (2) Wage Determination: Service Contract Act WD # 2015-5693 Rev 19 There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. (xv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. (xvi) The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. (xvii) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ffb8d98ec9e64fd9b1f6f27571358c04/view)
 
Place of Performance
Address: Santa Rita, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN06894339-F 20231129/231127230042 (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.