Combine Solicitation – Industrial Process Waste Management
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Industrial Process Waste Management
Classification Code: 99 - Miscellaneous
Solicitation Number: F3QCCL4069A001
Contact:
Setaside: N/AN/A
Place of Performance (address): Robins AFB, GARobins AFB, GA
Place of Performance (zipcode): 31098
Place of Performance Country: US
Description:
Air Force Materiel Command
PK/PZ - Robins AFB
I) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. II) Solicitation Number: F3QCCL4069A001; issued as a : RFQ (Request for Quotation)
III) The following clauses and incorporated provisions are applicable to subject solicitation (in effect through FAC 2005-72 dated 30JAN2014 and DPN 20140311):
IV) This requirement is being issued as a Sole Source requirement to the following 8(a) certified contractor: B.S. Environmental CAGE Code: 1QH10 NAICS Code: 562211 Size:
All responsible sources 8(a) may submit a capability statement, proposal, or quotation, which shall be viewed as 'Market Research' for future related requirements but will not be considered for award under this procurement. V) The purchase of the following 0001 NON-PERSONAL SERVICES See Sub-CLINs Listed Below FOB Destination Purchase Request #: F3QCCL4069A001 Firm Fixed Price (FFP) 0001AA: For AMXG at Robins AFB 1 LOT
0001AB: For CMXG at Robins AFB 1 LOT
0001AC: For MXSG at Robins AFB 1 LOT
0001AD: For EMXG at Robins AFB 1 LOT
The contractor shall provide all personnel, equipment, tools, materials, supervision, and services to perform hazardous and non-hazardous equipment and equipment facility cleaning for the
0002 OVER AND ABOVE SERVICES 1 LOT FOB Destination Purchase Request #: F3QCCL4069A001 Firm Fixed Price (FFP) The contractor shall provide all personnel, equipment, tools, materials, supervision, and services to perform unscheduled hazardous and non-hazardous equipment and equipment facility cleaning for the
This Line Item shall be used for unforseen equipment cleaning. In the event that work is determined to be required under this CLIN, the Schedule, Labor Hours, and Material Costs shall be negotiated by the contracting officer prior to peformance.
0003 DATA (DELIVERABLES) 1 LOT FOB Destination Purchase Request #: F3QCCL4069A001 Firm Fixed Price (FFP) ELIN A001: Contractor's
ELIN A002:
ELIN A003:
For specific delivery information, reference block 16 of CDRLs A001-A003 attached.
This CLIN will be labeled as 'Not Sperately Priced' (NSP) in the resultant contract. VI) Item/Requirements Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and services to perform hazardous and non-hazardous equipment and equipment facility cleaning for the
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) IX) FAR 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (
As prescribed in 12.301(b)(2), insert the following provision:
Offeror Representations and Certifications -- Commercial Items (
xii) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. As prescribed in 12.301(b)(4), insert the following clause:
[Class Deviation- 2013-O0019, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System. This clause deviation is effective on
As prescribed in 52.107(f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause.
Authorized Deviations in Clauses (
(b) The use in this solicitation or contract of any
(End of Clause) XIII) Additional contract requirements or terms and conditions: The quotation price will be inclusive of all charges for training, repair and/or calibration. Include your CAGE code, DUNS number, and taxpayer ID number on your quotation. The following clauses are incorporated by reference from the FAR where applicable else written in full text:: 52.203-6 Restrictions on Subcontractor Sales to the Government (
52.222-26, Equal Opportunity (
52.222-41, Service Contract Act of 1965 (
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
End of Clauses referenced from FAR.
The following clauses are incorporated by reference from the DFAR where applicable else written in full text:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (
Include the attached provision in all solicitations that will use funds appropriated by the
REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (
(a) In accordance with sections 8113 and 8114 of the
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F03000 Issue By DoDAAC FA8571 Admin DoDAAC FA8571 Inspect By DoDAAC F3QCCL Ship To Code F3QCCL Ship From Code TBD Mark For Code F3QCCL Service Approver (DoDAAC) F3QCCL Service Acceptor (DoDAAC) F3QCCL Accept at Other DoDAAC TBD LPO DoDAAC TBD DCAA Auditor DoDAAC TBD Other DoDAAC(s) TBD
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ______________________TBD__________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ______________________TBD___________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) END - Clauses referenced from DFAR
The following clauses are referenced from the AFFAR in full text:
5352.242.9000, Contractor Access to Air Force Installations (
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,
XV) Quotations are to be emailed directly to [email protected] no later than
XVI) Full version of any clause can be read at http://farsite.hill.af.mil/vffara.htm. Point of contact for this solicitation is Senior Airman (
Attachments:
PWS Appendices 1-4 Appendix C DD 1423's (CDRLs) A001-A003
Link/URL: https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL4069A001/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 12488 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News