Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2024 SAM #8205
SOLICITATION NOTICE

S -- Waste Treatment Services for USDA Forest Service, Sumter National Forest, Andrews Pickens Ranger District, South Carolina

Notice Date
5/13/2024 6:49:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
56221 —
 
Contracting Office
USDA-FS, CSA EAST 3 Atlanta GA 303092449 USA
 
ZIP Code
303092449
 
Solicitation Number
12444124R0008
 
Response Due
5/21/2024 8:00:00 AM
 
Archive Date
06/05/2024
 
Point of Contact
Tina Pettyjohn, David Mitchell
 
E-Mail Address
tina.pettyjohn@usda.gov, david.mitchell@usda.gov
(tina.pettyjohn@usda.gov, david.mitchell@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Amendment 0001 is to post the Question & Answers (Q&As) for this solicitation and update Attachment 1 Statement of Work.� With these changes, the following documents are attached: 1) �SF30-Amendment 0001 RFP 12444124R0008 2)� Question & Answers (Q&As), dated 5-8-2024 3)� Attachment 1 Statement of Work, dated 5-8-2024 As a friendly reminder, the Solicitation due date is May 21, 2024 @ 11AM EST via e-mail: tina.pettyjohn@usda.gov CONTRACTORS shall submit the following documents to be considered responsive: (proposals may be deemed unresponsive if these documents are not provided at the time proposals are due): 1)� This Solicitation Amendment 0001 (SF 30) (Sign/Date) 2)� Attachment 2 Schedule of Item (SOI) 3)� Attachment 4 Contractor Information 4)� Attachment 5 Relevant Experience (Past Performance) Questionnaire 5)� Attachment 6 FAR Clauses That Requires a Response Note: The government will not be responsible for any costs incurred by interested parties in responding to this solicitation. Original Solicitation post below, dated 4/22/2024: The Title is updated to read ""Waste Treatment Services for USDA Forest Service, Sumter National Forest, Andrews Pickens Ranger District, South Carolina"" Attachment 3 is updated to read,�Attachment 3 Wage Determination 2015-4451 for South Carolina (i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation, 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. (ii)������ This solicitation is issued as a Request for Proposal (RFP).� (iii)����� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.� (iv)����� This procurement is set aside for Total Small Business.� The NAICS code is 562998 All Other Miscellaneous Waste Management Services and the Small Business Size Standard is $16.5.� The Government believes that this is the most appropriate NAICS for this award, however, offerors are permitted to propose under other NAICS that they feel may be applicable and the Government will evaluate its appropriateness accordingly. (v) Schedule of Items/Price Schedule ����������� See Attachment 2, Schedule of Item (SOI).� A single award will be made from this solicitation, contractors must submit pricing for all Line Items (including Option Years) to be considered for this award. �(vi) Description of Requirement ����������� See Attachment 1, Statement of Work (SOW) �(vii) Date(s) and Place(s) of Delivery and Acceptance ����������� The period of performance will consist of a 12-month Base Period and four (4) ��12-month Option Years.� �Dates To Be Determined (TBD) based on award. (viii) 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (SEP 2023) (Provision) Addenda to provision 52.212-1: Addenda to Provision 52.212-1:� For simplified acquisitions, the word quote or quoter is substituted in provision 52.212-1 for the word offer or offeror. Addenda to Provision 52.212-1 paragraph (b) Submission of Offers:� 1) Offerors must have an active entity registration in the System for Award Management in order to submit an offer.� https://www.sam.gov/SAM/ 2) Offerors shall submit the following documents to be considered responsive: Attachment 2 Schedule of Item (SOI) for Line Item detail Attachment 4 Contractor Information Attachment 5 Relevant Experience (Past Performance) Questionnaire Attachment 6 FAR Clauses That Requires a Response ���������� a) Past Performance � Complete� Attachment 5, Relevant Experience (Past Performance) Questionnaire, of this solicitation and include a copy with your offer.� ���The government may use past performance information from any available source.� If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors.� In the event that there is no past performance information available, the offeror will receive a neutral rating in this factor.� b) Price Proposal � Complete Attachment 2, Schedule of Items, of this solicitation and include a copy with your offer.�� ���������� b) Representations and Certifications �Fill in the highlighted check boxes for provisions 52.204-24, 52.209-7, 52.212-3, 52.222-22 and Employment of Eligible Workers-Workforce Certification found in Attachment 6, FAR Clauses That Requires a Response, of this solicitation and include a copy with your offer.�� 2) Submit offer by email to Tina.Pettyjohn@usda.govso that it is delivered into this inbox by the due date and time.� Emails should contain the four attachments listed on Page 1, in Microsoft Word, Microsoft Excel, or Adobe PDF format.� Be aware that large attachments may increase the time required to deliver an email.� It is the offerors responsibility to confirm receipt of the offer. 3) Address questions about this solicitation to Tina Pettyjohn at Tina.Pettyjohn@usda.gov � (ix) 52.212-2 Evaluation � Commercial Products and Commercial Services (NOV 2021) (Provision) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. Paragraphs xi through xiv of this Combined Synopsis which are FAR clauses and provisions is provided in�Attachment 7, Additional FAR Clauses due to limited space allow is this description area. (xv) Date, Time, and Place Offers are due ����������� Offers are due Tuesday May 21st, 2024, no later than 11:00AM Eastern Time, to Tina.Pettyjohn@usda.gov (xvi) Government Point of Contact ����������� Tina.Pettyjohn@usda.gov The following documents are attached to this solicitation: 1.� Attachment 1 Statement of Work (SOW) 2.� Attachment 2 Schedule of Item (SOI) for Line Item detail 3.� Attachment 3 Wage Determination# 2015-5781 4.� Attachment 4 Contractor Information 5.� Attachment 5 Relevant Experience (Past Performance) Questionnaire 6.� Attachment 6 FAR Clauses That Requires a Response 7.� Attachment 7 Additional FAR Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/74c60a4a553140bf84bf4970b5efb6d8/view)
 
Place of Performance
Address: NC, USA
Country: USA
 
Record
SN07061560-F 20240515/240513230047 (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.