South Carolina Bids > Bid Detail

Foreign Waste Removal Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159452732254174
Posted Date: Feb 3, 2023
Due Date: Feb 15, 2023
Solicitation No: FA441823Q0009
Source: https://sam.gov/opp/983bc2462a...
Follow
Foreign Waste Removal Services
Active
Contract Opportunity
Notice ID
FA441823Q0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4418 628 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 03, 2023 03:46 pm EST
  • Original Date Offers Due: Feb 15, 2023 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code:
    • 562211 - Hazardous Waste Treatment and Disposal
  • Place of Performance:
    Charleston AFB , SC 29404
    USA
Description

COMBINED SYNOPSIS/SOLICITATION



FOREIGN WASTE REMOVAL SERVICES



JOINT BASE CHARLESTON (JB CHS), SC



(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 and FAR subpart 13.5 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) FA441823Q0009 is issued as a request for quotation (RFQ).



(iii) This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 dated 30 December 2022.



(iv) This solicitation is issued on an unrestricted basis. The associated NAICS code is 562211 with a $47M size standard.



(v) A list of line item numbers and items, quantities and units of measure (including options) is provided in the RFQ Price Sheet Attachment Two.



(vi) The purpose of this requirement is for the contractor to provide scheduled Foreign Waste Removal Services, to include handling and disposal/transportation of Foreign Waste for the 437th Aerial Port Squadron (APS), Joint Base Charleston (JB CHS), South Carolina. Foreign waste arriving on means of aircraft from foreign regions associated with plant or animal materials is a pathway of serious concern for the dissemination of foreign plant pests and diseases and animal diseases into American agriculture. Foreign waste includes, but is not limited to, food scraps, meals and other foods that were available for consumption by passengers or crew on an aircraft but were not consumed.



(vii) Services shall have a period of performance of:



Base Period: 1 Mar 2023 – 30 Sep 2023



Option I: 1 Oct 2023 – 30 Sep 2024



Option II: 1 Oct 2024 – 30 Sep 2025



Option III: 1 Oct 2025 – 30 Sep 2026



Option IV: 1 Oct 2026 – 30 Sep 2027



Services shall be performed at JB CHS – Air Base South Carolina.



(viii) Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.



(ix) FAR 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition with the following Addenda;



a. Price – Offerors shall submit their quotation using the RFQ Price Sheet Attachment Two.



b. Technical – Offerors shall submit a USDA/APHIS certification which shows that they are on the authorized list of vendors approved by USDA to perform Foreign Waste Removal Services in the state of South Carolina.



c. A Firm Fixed Priced Contract is anticipated.



d. Offerors must also submit a copy of their Mission Essential Service Plan IAW DFARS 252.237-7024 found within RFQ Clauses



e. Offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications; or, complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov.



f. Offerors must submit responses to this RFQ electronically by email to Matthew Michel (matthew.michel@us.af.mil) and Michelle Goss (michelle.goss.1@us.af.mil).



(x) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda;



a. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote, conforming to the solicitation, represents the Lowest Priced Technically Acceptable quote and is considered as the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



b. Technical - Technical Acceptability will be evaluated as pass/fail. To receive an evaluated rating of “pass”, an offeror must:



(1) Provide the Government a USDA/APHIS certification, demonstrating they are on the authorized list of vendors approved by USDA to perform Foreign Waste Removal Services in the state of South Carolina.



(2) Submit a Mission Essential Services Plan to include the required elements IAW DFARS provision 252.237-7024.



c. Price - Following the technical evaluation, the Government will evaluate offers by adding the total price of CLIN’s for all options to the total price for the basic requirement in order to determine the total quoted price for each offer (Base + 4 option years).



Offerors will then be arranged according to price, from lowest priced offer to the highest priced offer. The Government may determine an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Award will be made to the lowest priced technically acceptable offeror whose price is determined to be fair and reasonable.



d. The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors.



(xi) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications – Commercial Products and Commercial Services or electronic annual representations and certifications at the System for Award Management http://www.sam.gov .



(xii) The clause at FAR 52.212-4, Contract Terms and Condition—Commercial Items, applies to this acquisition.



(xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Dec 2022), applies to this acquisition.



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655



(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).



(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).



(12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).



(22) 52.219-28, Post Award Small Business Program Representation (OCT 2022) (15 U.S.C. 632(a)(2)).



(27) 52.222-3, Convict Labor (JUN 2003) (E.O.11755).



(29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(30) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



(31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).



(32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).



(33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).



(34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



(35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).



(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).



(51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



(58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31 U.S.C. 3332).



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).



(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)



(3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).



(7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).



(8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).



(xiv) The following contract requirements or terms and conditions as determined by the Contracting Officer apply to this acquisition:





FAR Clauses Incorporated by Reference



52.204-7 System for Award Management. Oct 2018



52.204-13 System for Award Management Maintenance. Oct 2018



52.204-16 Commercial and Government Entity Code Reporting. Aug 202



52.204-18 Commercial and Government Entity Code Maintenance. Aug 2020



52.204-21 Basic Safeguarding of Covered Contractor Information Systems. Nov 2021



52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. Dec 2022



52.219-8 Deviation 2023-O0002 Utilization of Small Business Concerns (DEVIATION 2023-O0002) Dec 2022



52.223-5 Pollution Prevention and Right-to-Know Information. May 2011



52.223-5 Alternate II Pollution Prevention and Right-to-Know Information. (Alternate II) May 2011



52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Nov 2021





DFARS Clauses Incorporated by Reference



252.201-7000 Contracting Officer’s Representative Dec 1991



252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011



252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022



252.203-7005 Representation Relating to Compensation of Former DoD Officials. Sep 2022



252.204-7004 Antiterrorism Awareness Training for Contractors. Feb 2019



252.204-7006 Billing Instructions Oct 2005



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. Oct 2016



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. Dec 2019



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. May 2016



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation. May 2021



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment



or Services. Jan 2021



252.215-7007 Notice of Intent to Resolicit



252.225-7055 Representation Regarding Business Operations with the Maduro Regime. May 2022



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. May 2022



252.232.7003 Electronic Submission of Payment Requests and Receiving Reports. Dec 2018



252.232-7006 Wide Area WorkFlow Payment Instructions. Dec 2018 (Details to be filled in at award and incorporated by full text)



252.232-7010 Levies on Contract Payments. Dec 2006



252.232-7011 Payments in Support of Emergencies and Contingency Operations. May 2013



252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and



Consideration Dec 2022



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Jun 2013



252.243-7002 Requests for Equitable Adjustment. Dec 2022



252.244-7000 Subcontracts for Commercial Items. Dec 2022



(See Attached RFQ Document for Additional Applicable Full Text Clauses)



(xv) This is not a Defense Priorities and Allocations System (DPAS) rated acquisition.



(xvi) Offers in response to this RFQ are due 15 February 2023, No Later Than 2:00 PM EST.



(xvii) Offerors may contact Contract Specialist Matthew Michel at (843) 963-4498 or matthew.michel@us.af.mil for information regarding this solicitation.



Attachments:




  1. Performance Work Statement (PWS)

  2. RFQ Price Sheet

  3. Wage Determination 2015-4427, Rev. 23 dated 27 Dec 2022




Attachments/Links
Contact Information
Contracting Office Address
  • CP 843 963 5155 101 E HILL BLVD
  • JOINT BASE CHARLESTON , SC 29404-5021
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 03, 2023 03:46 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >