Federal Bid

Last Updated on 26 Oct 2017 at 8 AM
Combined Synopsis/Solicitation
Indian head Maryland

Moser and Agile Chemical Facility Wastewater

Solicitation ID N00174-17-R-0067
Posted Date 15 Sep 2017 at 1 PM
Archive Date 26 Oct 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Indian head Maryland United states 20640
The purpose for this amendment is to extend the closing date from:11 September 2017; 3:00 p.m. to October 11, 2017 ; 3:00 p.m.  All other terms remain unchanged. 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The synopsis is being issued 100% Small Business Set-Aside.  This announcement constitutes the only solicitation; proposals are being requested, but a written solicitation will not be issued. This solicitation, N00174-17-R-0067 , is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161021.
 

The North American Classification System Code is 562112 and size standard is    $38.5 million.


Naval Surface Warfare Center Indian Head EOD Technology Division (NSWC IHEODTD) Chemicals Development and Nitration Branch have a requirement for the removal of waste water that is non-hazardous waste by the state of Maryland  The contractor must be able to handle two (2) 5,500 gallon (or larger) truckloads of wastewater a day, up to four days a week, Monday through Thursday in accordance with the Statement of Work, Attachment 1.  Delivery schedule:  the contractor will be notified at least 3 days before the scheduled pick-up.  Base contract line item numbers CLINs 0001 and 0002 will be 1 year after award of contract.  The subsequent option CLINS for each of the preceding items, if exercised in numerical order will begins with the effective date of the modification exercising the option. If all Options are exercised the total contract will be for five years.

 

 

Moser and Agile Chemical Facility Wastewater Disposal

 

BASE Year

 

CLIN

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

 

2,200,000

Gallon

 

 

                           

 Disposal Services

Waste Water Disposal - Pick-Up Waste Water

 (non-Hazardous Water) at NSWC/IHEODTD and Transport to

A Treatment Facility - In accordance with Statement of Work. ( Attachment 1)

 

 

 

CLIN

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0002

 

400

Each

 

 

 

Transportation Cost to Pick-up Waste Water

(Non-Hazardous Water) at NSWC/IHEODTD and Transport

To a Treatment Facility In accordance with Statement of Work. (Attachment 1)

 

 

 

CLIN

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0003

 

1

LOT

NSP                                          

NSP

 

 

Data to be provided in accordance with Contract Data Requirements List (CDRL) (Attachment 2)

 

 

 

 

 

 

Option 1

 

CLIN

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0004

 

2,200,000

Gallon

 

 

                           

 Disposal Services

Waste Water Disposal - Pick-Up Waste Water

 (non-Hazardous Water) at NSWC/IHEODTD and Transport to

A Treatment Facility - In accordance with Statement of Work. (Attachment 1)

 

 

 

CLIN

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0005

 

400

Each

 

 

 

Transportation Cost to Pick-up Waste Water

(Non-Hazardous Water) at NSWC/IHEODTD and Transport

To a Treatment Facility In accordance with Statement of Work. (Attachment 1)

 

 

 

CLIN

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0006

 

1

LOT

NSP                                          

NSP

 

 

Data to be provided in accordance with Contract Data Requirements List (CDRL)

(Attachment 2)

 

 

 

Option 2

 

 

 

CLIN

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0007

 

2,200,000

Gallon

 

 

                           

 Disposal Services

Waste Water Disposal - Pick-Up Waste Water

 (non-Hazardous Water) at NSWC/IHEODTD and Transport to

A Treatment Facility - In accordance with Statement of Work. (Attachment 1)

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0008

 

400

Each

 

 

 

Transportation Cost to Pick-up Waste Water

(Non-Hazardous Water) at NSWC/IHEODTD and Transport

To a Treatment Facility In accordance with Statement of Work. (Attachment 1)

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0009

 

1

LOT

NSP                                          

NSP

 

 

Data to be provided in accordance with Contract Data Requirements List (CDRL)

(Attachment 2)

 

 

 

 

 

Option 3

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0010

 

2,200,000

Gallon

 

 

                           

 Disposal Services

Waste Water Disposal - Pick-Up Waste Water

 (non-Hazardous Water) at NSWC/IHEODTD and Transport to

A Treatment Facility - In accordance with Statement of Work. (Attachment 1)

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0011

 

400

Each

 

 

 

Transportation Cost to Pick-up Waste Water

(Non-Hazardous Water) at NSWC/IHEODTD and Transport

To a Treatment Facility in accordance with Statement of Work. (Attachment 1)

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0012

 

1

LOT

NSP                                          

NSP

 

 

Data to be provided in accordance with Contract Data Requirements List (CDRL)

(Attachment 2)

 

 

 

Option 4

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0013

 

2,200,000

Gallon

 

 

                           

 Disposal Services

Waste Water Disposal - Pick-Up Waste Water

 (non-Hazardous Water) at NSWC/IHEODTD and Transport to

A Treatment Facility - In accordance with Statement of Work. (Attachment 1)

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0014

 

400

Each

 

 

 

Transportation Cost to Pick-up Waste Water

(Non-Hazardous Water) at NSWC/IHEODTD and Transport

To a Treatment Facility in accordance with Statement of Work. (Attachment 1)

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0015

 

1

LOT

NSP                                          

NSP

 

 

Data to be provided in accordance with Contract Data Requirements List (CDRL)

(Attachment 2)

 

 

 

 

 

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be the lowest price technically acceptable offer. 

 

The Offeror shall submit the following information.  Failure to do so will render an offer ineligible for award.

 

1.  One (1) copy of Past Performance

 

PAST PERFORMANCE

 

The Offeror shall provide up to three references listed on the past performance matrix (Attachment to Section 3 ) for federal government contracts for supplies performed in the last five years from the date of issuance of the solicitation that are the same or similar to those required under this procurement.  If the Offeror does not have any Federal Government contracts, then list state, local, or commercial contracts, in that order.  Failure to submit any Contractor Past Performance Questionnaires shall be considered certification that the contractor has no record of relevant and meaningful past performance for the Government to evaluate.  In that case, the Offeror shall affirmatively state that it possesses no relevant past performance and explain why it has no relevant past performance or cannot provide any Questionnaires.  Failure to provide the required information or to provide an explanation may result in the removal of the Offeror from consideration for award.

 

Relevant past performance is defined as experience that is of the same or similar scope (i.e, for the same or similar items), of the same or similar magnitude, and of the same or similar complexity to that which is described in the solicitation.

 

The Past Performance Questionnaire includes questions on (1) customer satisfaction; (2) timeliness; (3) technical success; (4) program management; and (5) quality. The Government will not assign a rank to the Past Performance factor, but will determine the acceptable or unacceptable nature of the past performance for each Offeror based on the information provided and review of other sources of past performance information available to the Government. (See Attachment 4)

 

Offeror shall complete the following electronic annual representations and certifications via the System for Award Management (SAM) www.sam.gov/ in conjunction with required registration database: FAR 52.212-3 Alt I Offeror Representations and  Certifications-Commercial Items.

 
The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition.  The additional clauses cited within clause 52.212-5 are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,  52.225-1, 52.225-3, 52.225-13, and 52.232-33.  The following clauses are hereby incorporated as addenda to clause 52.212-4: 52.204-19, 52.209-10, 52.209-11, 52.217-8, 52.219-6, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7006, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.225-7048, 252.232-7010, 252.247-7023, 252.232-7006, HQ G-2-0009, IHEODTD 6, IHEOTD 76, IHEODTD 86 and IHEODTD 114.

Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS).

Proposals shall be submitted by email to [email protected]. Proposals shall include a completed copy of FAR 52.212-3 Alt I with proposals unless the vendor is registered in System for Award Management (SAM)
www.sam.gov/.  If registered, please state this on your quotation and affirm your Representations and Certifications are up to date. All quotations must be received no later than 1500 Eastern Standard Time, 11 September 2017. Any questions concerning the RFQ shall be submitted in writing to, and received by, the Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to [email protected].

It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which may be accessed in full text at these addresses: https://www.acquisition.gov/Far/, http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

 

List of Attachments: Attachment (1) Statement of Work-2 pages,

Attachment (2) Contract Data Requirement List (CDRL) - 1 page, Attachment (3) Past Performance Matrix - 1 page  and Attachment (4) Past Performance Questionnaire - 3 pages .

 

 


Bid Protests Not Available

Similar Past Bids

Indian head Maryland 05 Dec 2016 at 6 PM
Henderson Nevada 13 Jan 2020 at 5 AM
Henderson Nevada 20 Aug 2020 at 4 AM
Nevada 20 Aug 2020 at 4 AM
Henderson Nevada 20 Aug 2020 at 4 AM

Similar Opportunities

Pennsylvania 02 Jun 2030 at 7 PM
South carolina 17 Oct 2027 at 8 PM
Redstone arsenal Alabama 04 Oct 2025 at 9 PM
Redstone arsenal Alabama 04 Oct 2025 at 9 PM
Redstone arsenal Alabama 04 Oct 2025 at 9 PM