Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-21 09:26:00
United States SAM

Lake Mendocino (CVD) Septic Service

Process Number W912P722RNEA1

USA

Dates:


Notice ID:

W912P722RNEA1

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W075 ENDIST SAN FRAN

Office:

W075 ENDIST SAN FRAN

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-21 09:26:00

Original Response Date:

Nov 22, 2021 12:00 pm EST

Inactive Policy:

15 days after date offers due

Original Inactive Date:

Dec 07, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

Total Small Business Set-Aside (FAR 19.5)

Product Service Code:

S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE

NAICS Code:

562991 - Septic Tank and Related Services

Description:


Original Set Aside:

This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Federal Acquisition Regulation Far 12.6, as supplemented with additional information included in this notice and in accordance 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The solicitation number is W912P722RNEA1. This requirement is being solicited as Total Small Business Set-Aside competition. NAICS Code is 562991 - Septic Tank and Related Services. The small business size standard for this NAICS is $8 million, and the Project Service Code is S222 Housekeeping- Waste Treatment/Storage. This acquisition will utilize the Tradeoff source selection procedures in accordance with Federal Acquisition Regulation as supplemented by the DoD Source Selection Procedures referenced in Defense Federal Acquisition Regulation Supplement to make an integrated assessment for a best value award decision. The Government will award a Firm-Fixed-Price (FFP) contract resulting from this Request for Proposal (RFP) to the responsible proposal whose submission conform to the solicitation. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation cost. Project Description: The U.S. Army Corps of Engineers (USACE), San Francisco District is seeking to contract professional septic services for Coyote Valley Dam (CVD) Lake Mendocino, California. The contractor's work and responsibility shall include all job planning, programming, scheduling, administration, inspection, and management necessary to accomplish specified services. The contractor shall make sure that work is accomplished in accordance with the contract and all applicable laws, municipal codes, regulations, and/or written directives issued by the Contracting Officer. Anticipated PERIOD OF PERFORMANCE: Base Year: Dec 2021 to Dec 2022 Option Year One (1): Dec 2022 to Dec 2023 Option Year Two (2): Dec 2023 to Dec 2024 Option Year Three (3): Dec 2024 to Dec 2025 Option Year Four (4): Dec 2025 to Dec 2026 52.212-1 Instructions to Offerors-Commercial Items Submission shall consist of: 1. North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. 2. Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show— Cover letter containing: 1.Cover letter containing: • (1) The solicitation number. • (2) The time specified in the solicitation for receipt of offers. • (3) The name, address, and telephone number of the offeror. • (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. • (5) Terms of any express warranty. • (6) Price and any discount terms. • (7) “Remit to” address, if different than mailing address. • (8) A completed copy of the representations and certifications at FAR 52.212-3 for those representations and certifications that the offeror shall complete electronically) (ATTACHED) • (9) Acknowledgment of Solicitation Amendments. • (10) Past performance (PPQ1_ attached) • (11) Cage Code and DUNS number 2.Technical Capability Proposal, containing the submissions required by 52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 2014) below for: • (1) Factor 1: Technical Capability • (2) Factor 2: Experience • (3) Factor 3: Past Performance • (4) Factor4: Price 3. Complete information required by FAR Clauses 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016), and Price Schedule (Attached) Offerors shall complete and submit the Price Schedule (attached) The Proposal should clearly identify any assumptions or exceptions upon which your Proposal is based. Any questions regarding this synopsis/solicitation, shall be submitted by email to Mr. J. Dennis Neal- james.neal@usace.army.mil or telephone number (415) 503.6891 by 19 Novemebr 2021. Questions and Answers will be posted on beta.sam as an amendment on 12 Novemebr 2021. All Proposals must be received by email to james.neal@usace.army.mil prior to closing date/time of this combined synopsis/solicitation. You will receive and email confirmation of receipt. If you are unable to provide a proposal by email. Please contact J. Dennis Neal by phone prior to closing date/time of this combined synopsis/solicitation –Phone number 415-503-6891 No hand-delivered or facsimile proposals will be accepted. Offeror shall demonstrate their ability to complete the tasks as defined in the PWS. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government’s evaluation will be based on the following Factors. Factor 1: Technical Capability Factor 2: Experience Factor 3: Past Performance Factor 4: Price NOTE: Technical Capability and Experience when combined, are significantly more important than Price. FACTOR 1 – TECHNICAL CAPABILITY The evaluation process will be accomplished as follows: Each offeror’s proposal shall be evaluated based on the companies capability, to determine if the offeror provides a sound, compliant approach that meets the requirements of the Performance Work Statement. Offers shall demonstrate their technical approach for performing the work. For each task, provide a brief statement describing the approach, identifying the percentage of work to be performed by the Offeror and the percentage to be performed by any Subcontractors, by name. Offeror shall identify type of equipment and materials that will be used to perform the tasks according to the PWS. FACTOR 2: EXPERIENCE Offeror shall submit at least two (2) projects performed within the past three years where similar tasks were performed. Include explanation of your ability to respond to emergency servicing within 6 hours of notification. Submit Contractors Experience Form (attached) FACTOR 3 PAST PERFORMANCE: Offeror shall demonstrate an acceptable past performance record. Offeror shall provide assessments and references for at least two (2) projects performed within the past three years where similar tasks were performed. The Government may use past performance information obtained from sources other than those identified by contractor, e.g. CPARS, COR assessments. Submit completed (PPQ1 - attached) or CPARS reports. If past performance information is not available for the offeror; the offeror shall be assigned a neutral rating which is neither favorable nor unfavorable. FACTOR 4: Price. The offeror’s Price proposal will be evaluated for Reasonableness and Balanced. Reasonableness- Adequate price competition is expected to support the determination of reasonableness. Price analysis techniques may be utilized to further validate price reasonableness. Balance- Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or underestimated as indicated by the application of analysis. (End of Provision) Site Visit: PLEASE CONTACT Taylor Baughn to arrange fof site visit . Address: Lake Mendocino Project Headquarters 1160 Lake Mendocino Drive Ukiah, CA 95482 POC: Taylor Baughn Taylor.A.Baughn@usace.army.mil DESK: (707) 467-4233 CELL: (707) 561-2123 CLAUSES and PROVISIONS INCORPORATED BY REFERENCE : 52.204-7 System for Award Management OCT 2018 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2020 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.212-1 Instructions to Offerors--Commercial Items JUL 2021 52.222-50 Combating Trafficking in Persons OCT 2020 52.232-34 Payment By Electronic Funds Transfer--Other Than System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.252-6 Authorized Deviations In Clauses NOV 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea FEB 2019 CLAUSES and PROVISIONS INCORPORATED BY FULL TEXT- SEE ATTACHMENT ("CLAUSES and PROVISIONS INCORPORATED BY FULL TEXT"

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING DIVISION 450 GOLDEN GATE AVENUE

SAN FRANCISCO , CA 94102-3406

USA

Primary Point of Contacts:

James Neal

Secondary Point of Contact:

Karen Smith