Trash & Recycling dumpster service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Trash & Recycling dumpster service
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: SWFSC-19-014
Contact:
Setaside: Total Small BusinessTotal Small Business
Description:
National Marine Fisheries Service
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number for this procurement is SWFSC-19-014 and is hereby issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 01/24/2018.
(iv) This procurement is 100% set-aside for small business concerns. The associated NAICS code is 562111 with a corresponding small business size standard of
(v) Contract Line Item Numbers
See Attached Standard Form 18 included as a separate attachment on FBO.
(vi) Description of requirements for the items to be acquired
See the Statement of Work which is included as a separate attachment on FBO.
(vii) Date(s) and place(s) of delivery and acceptance and
Place of Performance:
All deliveries shall be FOB Destination.
All Federal Acquisition Regulation (FAR) clauses listed below are available for download at https://acquisition.gov/far/.
(viii) 52.212-1, Instructions to Offerors-Commercial Items (
(ix) 52.212-2, Evaluation-Commercial Items (
Factor B -- PAST PERFORMANCE -- Performance by the vendor and its subcontractor(s) as it relates to all solicitation requirements will be evaluated. The evaluation will include the quality of supplies and services previously performed, timeliness of performance, customer satisfaction and indication of ability to improve performance through proactive management. Evaluation of this factor will be based on the information contained in the proposal and information provided by references. The government may evaluate past performance by contacting references and/or other sources and may also consider other information available.
Factor C - PRICE
Factors A and B are considered to be as important as price in this evaluation process.
(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.
The government reserves the right to make an award to other than the lowest priced offer or if the contracting officer determines that to do so would result in the best value to the government.
Note that any and all costs associated with proposal preparation, are the responsibility of the quoter and will not be reimbursed by the government.
(x) The quoter must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (
52.217-8 OPTION TO EXTEND SERVICES (
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of expiration. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
(a) The Government may extend the term of this contract by written notice to the Contractor within 3 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5years 6 months. (End of Clause)
1352.270-70 PERIOD OF PERFORMANCE (
(c) The notice requirements for unilateral exercise of option periods are set out in FAR 52.217-9. (End of clause) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (
_____________________________ (Official's
_____________________________ (Title)
(c) The certification in paragraph (b) of this clause requires full disclosure of all relevant facts, including: (1) Certified cost or pricing data, if required, in accordance with subsection 15.403-4 of the Federal Acquisition Regulation (FAR); and (2) Data other than certified cost or pricing data, in accordance with subsection 15.403-3 of the FAR, including actual cost data and data to support any estimated costs, even if certified cost or pricing data are not required. (d) The certification requirement in paragraph (b) of this clause does not apply to: (1) Requests for routine contract payments; for example, requests for payment for accepted supplies and services, routine vouchers under a cost-reimbursement type contract, or progress payment invoices; or (2) Final adjustments under an incentive provision of the contract. 1330-52.222-70 NOAA SEXUAL ASSAULT AND SEXUAL HARASSMENT PREVENTION AND RESPONSE POLICY (
In accordance with NOAA Administrative Order (NAO) 202-1106, NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy, it is the policy of
(a) Definitions.
Contractor Employees - The term "contractor employees," as used in this solicitation and contract language, refers to employees of the prime contractor or its subcontractors, affiliates, consultants, or team members. Sexual Assault - The term sexual assault, as used in this solicitation and contract language, means any conduct proscribed by state or federal sexual abuse laws, including, but not limited to, those defined in chapter 109A of title 18 of the
(b) Requirements. 1. It is the responsibility of the contractor to ensure that contractor employees maintain the highest degree of conduct and standards in performance of the contract. In support of this,
4. The contractor shall provide all contractor employees assigned to perform under this contract with mandatory sexual assault and sexual harassment prevention and response training in compliance with the requirements of NAO 202-1106, Section 5, Prevention Training and Awareness, as part of their initial in-processing and on an annual basis thereafter. The initial training shall be completed within ____ business days [30 unless a different number is inserted] of contract award or the date a contractor employee is assigned to perform under the contract, as applicable. Evidence of initial training by name and date completed for each contractor employee, shall be submitted to the COR or contracting officer (if no COR assigned) within 10 business days of completion. Evidence of annual training by name and date completed for each contractor employee shall be submitted to the COR or contracting officer (if no COR assigned) no later than
i. The mandatory sexual assault and sexual harassment training provided by the contractor shall include the required elements set forth by
Violence Program Manager. A link to the website including the required elements of the training is provided at: http://www.ago.noaa.gov/quicklinks/harassment_training.html. The website will also provide training materials and resources to assist the contractor in conducting the training. The contractor may provide training that solely addresses the
ii. The required elements of the training and resources available to the contractor for the training may be updated by
5. The contractor shall provide a copy of this solicitation and contract language and NAO 202-1106 to contractor employees. (c) Sexual Assault/Sexual Harassment (SASH) Helpline.
For
* Phone: 1-866-288-6558
* Website & Online Chat: http://NOAASASHHelpline.org
* Mobile App: NOAA SASH Helpline (available via iOS and Android App Stores)
* Text: (202) 335-0265
(d) Confidentiality.
Any party receiving information from the filing of a complaint alleging sexual assault or sexual harassment, or while performing an investigation into such a complaint, shall keep the information confidential. "Confidentiality" means that the information shall only be shared with others who have a need to know the information to conduct their official duties. 3
(e) Remedies.
In addition to other remedies available to the Government, contractor employee violations of Federal requirements (e.g., law, statutes, executive orders, code, rules, regulations) applicable to sexual assault and sexual harassment and/or failure to complete the mandatory training set forth in this solicitation and contract language, may result in:
1. Requiring the Contractor to remove a contractor employee or employees from the performance of the contract; 2. Requiring the Contractor to terminate a subcontract; 3. Suspension of contract payments until the Contractor has taken appropriate remedial action; 4. Termination of the contract for default or cause, in accordance with the termination clause of this contract; 5. Suspension or debarment; or 6. Other appropriate action.
NOAA GOVERNMENT-CONTRACTOR RELATIONS - NON-PERSONAL SERVICES CONTRACT (
(a) The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services as defined in FAR Part 37,
(1) Be placed in a position where they are under relatively continuous supervision and control of a Government employee. (2) Be placed in a position of command, supervision, administration, or control over Government personnel or over personnel of other Contractors performing under other
(a)(1) The performance of this contract requires employees of the prime contractor or its subcontractors, affiliates, consultants, or team members ("contractor employees") to have access to and to the extent authorized, mobility within, a
(ii) Fires, floods, earthquakes, and unusually severe weather, including but not limited to snow storms, tornadoes, and hurricanes; (iii) Occupational safety or health hazards;
(iv) Lapse in Appropriations; or
(v) Federal Statute, Executive Order, Presidential Proclamation, or any other unforeseen reason.
(3) In such events, the contractor employees may be denied access to a
(3) Reschedule the work by mutual agreement of the parties.
(f) Notification procedures of a
(a) A contractor employee shall be identified both by the individual's name and the contractor's name when: (1) Included in
(b) Any written correspondence from a contractor or any contractor employee shall be printed on company/organization letterhead or otherwise clearly identify the sender as an employee of the company or organization and shall identify the contract number.
(c) Contractors and/or contractor employees shall clearly identify themselves as such in any verbal communications, whether in informal discussion or a formal meeting.
(End of clause)
Homeland Security Presidential Directive 12 (HSPD-12) The performance of this contract requires contractors to have physical access to Federal premises for more than 180 days or access to a Federal information system. Any items or services delivered under this contract shall comply with the
52.212-1 Instructions to Offerors-Commercial Items (
(c) Agency protests filed with the agency
(d) A complete copy of all agency protests, including all attachments, shall be served upon the
(e) Service upon the Contract Law Division shall be made as follows:
1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (
QUOTATION REQUIREMENTS Vendors are responsible for submitting quotations to the Government office designated in the solicitation by the time specified. The vendor's initial quotation should contain the best terms from a price and technical standpoint. The Government may reject any or all quotations if such action is in the public interest; accept other To be considered, vendors must furnish detailed information with their quote: (1) Vendor Information Form (included with this RFQ). (2) A technical proposal showing how the vendor intends to meet the requirements in the scope of work with sufficient detail to allow the Government to evaluate the quotation in accordance with the evaluation factors stated in the solicitation. (3) Recent and relevant past performance information for similar contracts performed (including contract number, points of contact name and telephone number and a brief description of the work performed). (4) SF18 Form along with a breakdown of the price proposed. (xiv) Defense Priorities and Allocations System (DPAS) and assigned ratings do not apply. (xv) Quotes are required to be received in the contracting office no later than
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/SWFSC-19-014/listing.html
Saving lives with Naloxone shouldn’t cost you life insurance | Editorial
Hedge Fund Under Federal Probe For Use Of Pension Money
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News