Instructions to Offerors
1. All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at [email protected]. Questions must be submitted No Later Than 23 December 2016.
2. All quotes are due no later than 12:00 p.m. eastern time, 5 January 2016. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to [email protected].
a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time.
Basis For Award
Award shall be made to a single offeror. 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 has the right to use Government contracts that the vender has previously won as their past performance rating.
Price Evaluation
The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive.
The determination that a quote is reasonable will be based on competitive quotation/offers and historical history.
The most important is price.
Sam's Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov.
Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/.
Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer.
CMRA
The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the CTARNG via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil.
Security
Contractor will have access to facility. Back of vehicle will be inspected by contract security guard or CTARNG personnel prior to gaining access to facility. Contractor will be escorted inside any CTARNG building.
Performance Work Statement
The Connecticut Army National Guard (CTARNG) needs its non hazardous waste picked up. Contractor to provide dumpster to 06 locations within Connecticut. Currently using this size dumpster (Medium UNIbin = (4) 55 gal. Drums 60 L x 33 W x 36 H). Pick up dumpster when called for non hazardous waste (example oily solids). Some locations may require pick up more than once in a year. Provide a written manifest for each pick up service. Waste is to be recycled in a thermal recovery facility. Estimated pickups in one year will be no less than seven.
The service will be six sites around the Connecticut Area. The locations are: Middletown - 06457, Windsor Locks - 06096, East Lyme - 06333, Danbury - 06810, Windsor Locks-06095, and Groton 06340 . All locations and amount of pickups are an estimate. It is subject to change. You are not guaranteed all seven sites and quantity of pickups. This is for a one year contract. All sites are subject to change. They can be deleted or added anytime during the contract.
Quote must include: Costs for medium and large bins. Include dimensions of all the size bins.
Example of the dimensions of the size dumpster (Medium UNIbin = (4) 55 gal. Drums 60 L x 33 W x 36 H).
Example of Quote:
Base Year
(medium) --- price each tiny_mce_marker_______
(large) --- price each tiny_mce_marker_______
Option Year One
(medium) --- price each tiny_mce_marker_______
(large) --- price each tiny_mce_marker_______
Option Year Two
(medium) --- price each tiny_mce_marker_______
(large) --- price each tiny_mce_marker_______
Option Year Three
(medium) --- price each tiny_mce_marker_______
(large) --- price each tiny_mce_marker_______
Option Year Four
(medium) --- price each tiny_mce_marker_______
(large) --- price each tiny_mce_marker_______
Include all costs. Example dropping off bins at sites, pickup bins at site when contract is over. This is a IDIQ firm fixed price contract.
If all the information is not received the quote will be considered non-responsive.
Locations are subject to change including the addition of, deletion of and change of addresses.
Quantities of service per year are not guaranteed.
The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7011, Alternative Line Item Structure; DFAR 252.225-7031;
The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.201-7000, Contracting Officer's Representative; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFAR 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFAR 252.225-7048, Export-Controlled Items; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; ;DFAR 252.232-7006, Wide Area Workflow Payment Instructions; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.244-7000, Subcontracts for Commercial Items; DFAR 252.247-7023 ALT III , Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.
52.232-18 -- Availability of Funds.
As prescribed in 32.705-1(a), insert the following clause:
Availability of Funds (Apr 1984)
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond ________. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond __________, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(End of clause)