Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2024 SAM #8271
SOLICITATION NOTICE

W -- Dumpster Refuse Services for 25 ID - Island of Oahu

Notice Date
7/18/2024 3:13:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
56211 —
 
Contracting Office
0413 AQ HQ RCO-HI FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W91QVP24Q0047
 
Response Due
7/24/2024 6:00:00 PM
 
Archive Date
08/08/2024
 
Point of Contact
David Vance, Phone: 8087878801
 
E-Mail Address
david.t.vance.mil@army.mil
(david.t.vance.mil@army.mil)
 
Description
Amendment 0002: Adjusted servicing window from 72 hours after delivery to 96 hours after delivery. Adjusted PoP dates of dumpsters at MCTAB location. Amendment 0001: Removed small business set-aside and made the requirement for full and open competition. Changed submission date of questions to 22JUL24 at 8PM (HST). Changed submission date of quotes to 24JUL24 at 3PM (HST). (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 acquisition is conducted using FAR 13.5 - Simplified Procedures for Certain Commercial Items. (ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-24-Q-0047. (iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular�FAC 2024-05, May 22, 2024 (iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 56211 � Solid Waste Collection; Size standard: $47M. This procurement is full and open competition - small and large business may provide quotes. (v)�A list of contract line item number(s) and items, quantities, and units of measure: Period of Performance for all locations is 03-19AUG24. 1 x 30 cu/yd @ KTA:�04QFJ 0460 9790 1 x 30 cu/yd @ KTA:�04QFJ 0520 9680 1 x 30 cu/yd @ KTA:�04QFJ 0498 9619 1 x 30 cu/yd @ East Range:�04QFJ 0223 7715 1 x 30cu/yd @ South Range:�04QEJ 9656 7523 2 x 30 cu/yd @ Dillingham:�04Q EJ 81934 86623 1 x 8 cu/yd @ Dillingham:�04QEJ 8267 8585 1 x 30 cu/yd @ Dillingham:�04QEJ 8302 8584 1 x 8 cu/yd @ Dillingham:�04QEJ 8302 8584 1 x 20 cu/yd @ MCTAB:�04QFJ 3315 6223 (viii)�OFFEROR INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (NOV 2021), applies to this acquisition.� The Government intends to award a Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the �Evaluation Factors for Award��Section below.�A complete quote must be received for consideration.�Respond to each item listed below, if the response is �None� or �Not applicable,� explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award.�A complete quote includes a response and submission to each of the following: General Information:�Offeror Business Name, Address,Cage, and Unique Entity ID (UEID) Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule. Price Quote:�The quoter shall submit complete pricing for each CLIN listed in the �Description of Requirements� Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($). Technical Capability of the quoted item to meet the attached salient characteristics. Contractors shall submit product literature that demonstrates the products ability to meet or exceed the functional, physical, or salient characteristics attached to this Request for Quote. (ix)�Evaluation Factors for Award:�In lieu of the provision at 52.212-2 Evaluation-Commercial Products and Commercial Services, the specific evaluation criteria included are price and past performance as defined below: Factor I � Conformance to PWS:�Provide dumpsters and related services. This includes but is not limited to the delivery and pick-up of dumpsters (ranging from 8 to 30 cubic yards), servicing of dumpsters, and relocation of dumpsters if requested by the Government. Factor II � Price:�The Government will evaluate the total price to determine if it is fair and reasonable IAW FAR 13.106-3. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes and all associated price as outlined in paragraph (v) above.� If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness. **Basis for Award:�The Government intends to award a firm-fixed-price contract to the responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award. The award decision will be based on Price and Other Factors. The quote will be evaluated for technical acceptability and price fair and reasonableness. Offerors are cautioned that an unrealistically low price, as proposed initially or subsequently, may be grounds for eliminating a quote from consideration, either on the basis that the offeror does not understand the required services, or he/she has made an imprudent offer. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. (x) Offerors must include a completed copy of the provision at 52.212-3�Alt I, Offeror Representations and Certifications -- Commercial Products and Commercial Services, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAY 2022), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition. None (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. (xv)�DUE DATE AND SUBMISSION INFORMATION Formatting Requirements:�Submit quotes in electronic PDF. Questions Due Date and Submission Requirements:�All questions must be received before�July 22, 2024 @ 08:00 PM Hawaii Standard Time.�Questions must be e-mailed to both amber.l.sanchez8.mil@army.mil AND davidavid.t.vance.mil@army.mil. Include RFQ# W912CN-24-Q-0047 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements:�This RFQ closes on�July 24, 2024 @ 15:00 PM Hawaii Standard Time. (xvi)�Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Amber Sanchez at amber.l.sanchez8.mil@army.mil. Reference RFQ# W912CN-24-Q-0047 on all email exchanges regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/078ac6a2806740f695b17d77ac822e1b/view)
 
Place of Performance
Address: Wahiawa, HI 96786, USA
Zip Code: 96786
Country: USA
 
Record
SN07133839-F 20240720/240718230113 (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.