Federal Bid

Last Updated on 06 Aug 2009 at 4 PM
Combined Synopsis/Solicitation
Norfolk Massachusetts

CONSTRUCTION DUMPSTERS--DDNV, NORFOLK, VA

Solicitation ID SP3100-08-Q-0105
Posted Date 16 Sep 2008 at 2 PM
Archive Date 06 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Distribution
Agency Department Of Defense
Location Norfolk Massachusetts United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) and the RFQ number is SP3100-08-Q-0105. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 JUN 2008, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080812 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2008-41-45 (and FARS DEV 2007-01). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. This acquisition is a total set aside for small business; the associated North American Industrial Classification System (NAICS) is 562111 with a small business size standard of $11,500,000.00. The Defense Distribution Depot Norfolk, VA (DDNV) has a requirement for a contractor to provide 40 cubic yard construction dumpsters as described below. The period of performance is on or about October 1, 2008 through September 30, 2009. The quantity shown on CLIN 0001 represents the Government’s best known estimate. The contractor shall be paid for the actual supplies/services provided at the prices specified. The cost per dumpster shall include delivery, pick up and disposal of contents. If the Government requirements do not result in the amount described as estimated, such event shall not constitute the basis for an equitable price adjustment under the contract. CLIN 0001- Dumpster- Estimated Qty 180 @ $________ EA = $__________Total (Est.) The contractor shall provide 40 cubic yard construction dumpsters that can be delivered, emptied and returned between the hours of 0700-2000. These dumpsters will be positioned throughout the Defense Distribution Depot Norfolk (DDNV) located on the Norfolk Naval Station, Norfolk, Virginia. The number of dumpsters on site at any one time shall not exceed 25. These dumpsters must be capable of accepting trash, metal, wood, and construction debris all in the same dumpster. All dumpsters will be delivered as needed on an on-call basis. Contractor will be notified for all pickups and returns by DDNV Government point of contact (POC). Contractor must pick-up and return dumpsters in a 4 hour time limit from time of call. Drivers must have proof of insurance coverage and a valid driver license at all times. Contractor must comply with all recycling, safety, environmental and security regulations and laws. All service/delivery slips and receipts must be sent to DDNV Government POC, 1968 Gilbert St, BLDG W143- 6th Floor, Norfolk, VA 23512-5100. Any award resulting from this solicitation will be issued on Standard Form (SF) 1449. Payment for supplies/services will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under any resultant contract will be made via the Government purchase card, the Contractor must accept the VISA Credit Card for payment of all supplies/services ordered under this purchase order. The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be completed online at: http://www.ccr.gov/. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) FAR 52.212-2, Evaluation-Commercial Items. – The Government intends to evaluate quotes in response to this request for quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the lowest price quotation received. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; in paragraph (b) the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.232-18, Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration FAR 52.232-36, Payment by Third Party FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; in paragraph (c) the following clauses apply: FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (This statement is for Information Only. It is not a Wage Determination): Employee Class: Truck Driver - Wage Grade (WG) 06/02 Monetary Wage – Fringe Benefits – Hourly Rate: $16.92 DFARS 252.204-7004 Alternate A, Central Contractor Registration Additional required clauses other than those above may be included as Addenda on the award document. OFFER SUBMISSION INSTRUCTIONS – Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended price for CLIN 0001, (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000- Offeror Representations and Certifications-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the quote or to complete the certifications on the internet may result in elimination from consideration for award. Quotation due date and time is September 19, 2008 at 3:00 pm EDST and offers may be submitted via fax to 717-770-7591 ATTN: Elizabeth Marcotte or via email to [email protected], reference RFQ SP3100-08-Q-0105 All questions and inquiries should be addressed via email to the Contract Specialist POC, [email protected], reference RFQ SP3100-08-Q-0105.
Bid Protests Not Available

Similar Past Bids

Norfolk Virginia 11 Sep 2007 at 4 AM
Norfolk Massachusetts 21 Jul 2016 at 2 PM
Norfolk Virginia 24 Jul 2020 at 12 PM
Norfolk Virginia 25 Jan 2024 at 8 PM

Similar Opportunities

Florida 30 Sep 2025 at 4 AM
Pennsylvania 30 Jul 2025 at 4 AM (estimated)
Pennsylvania 30 Jul 2025 at 4 AM (estimated)
Panama city Florida 09 Jul 2025 at 7 PM
Pennsylvania 30 Jul 2025 at 4 AM (estimated)