Opportunity: 2019-2020 BIN RENTAL & LAND FILL SERVICE

Description 

COMBINED SYNOPSIS/SOLICITATION NOTICE: INDIAN SMALL BUSINESS ECONOMIC ENTERPIRESES SET ASIDE (ISBEE) Requirement Title: Trash Bin Rental 6 Yard, Landfill Fees Solicitation Number: 140A1619Q0397 Response Deadline: Friday, September 13, 2019 - no later than 3:00 P.M. Mountain Standard Time Points of Contacts: Contract Specialist: Michael Chavez (505)563-5263 michael.chavez@bie.edu GENERAL INFORMATION 1. This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. 2. This solicitation is being issued as a: Request for Quotes (RFQ). 3. This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) 2019-05, effective 13 Aug 2019. 4. This acquisition is set-aside 100% for INDIAN SMALL BUSINESS ECONOMIC ENTERPIRESES 5. North American Industry Classification System Code (NAICS) is 562111 Solid Waste Collection REQUIREMENT INFORMATION DELIVERABLES 00010 6 Yard Trash Bin rental Period of Performance 10/01/2019 through 9/30/2020 00020 Landfill Fees Period of Performance 10/01/2019 through 9/30/2020 Place of Delivery/Performance/Acceptance: BIE John F Kennedy Day School 110 E Dischin Road (Cedar Creek) Whiteriver, AZ 85941 Contract Type/CLIN Structure: FIRM-FIXED PRICE INSTRUCTIONS TO OFFERORS FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Quotes in response to this solicitation must be submitted via email to the Contract Specialist listed above no later than the established deadline. All quotes submitted after the deadline will be considered untimely and ineligible for award. 2. The quote shall be clear, concise and include sufficient detail for effective evaluation and for substantiation of the validity of stated claims. Responses to this solicitation shall strictly adhere to the requirements set forth in the solicitation. Submissions that do not adhere to format and content requirements may be considered non-compliant. The Government reserves the right to eliminate any such quotes from consideration for award. The quote shall not contain any extraneous information such as advertisements, or marketing information. 3. Pricing within quotes must be valid for 30 days. 4. All dollar amounts should be rounded to the nearest dollar no pennies. 5. Complete the below contractor identification information. Company Name: Point of Contact: Address: Telephone Number: Discount Terms: Small Business: Yes/No DUNS #: CAGE #: All contractors submitting proposals must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov. EVALUATION CRITERIA (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 following factors shall be used to evaluate offers: Factor 1: Price Factor 2: Technical Acceptability (capability to provide listed items and services within specified timelines while complying with standard commercial regulations) Price - Price will be evaluated on a comparative basis amongst all received quotations and the Government¿s estimate. Technical Acceptability - the technical evaluation team will evaluate quotes by assigning a rating of ¿acceptable¿ or ¿unacceptable¿. The Government will rank all quotes in order of price (lowest to highest). The Government will then evaluate the lowest priced quote for technical acceptability. If determined to be technically acceptable, evaluation will stop, and an award will be made. If technically unacceptable, the Government will proceed to the next lowest priced quote for technical evaluation. Contract Clauses: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.204-22, Alternative Line Item Proposal; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed; or Provided by Kaspersky Lab and Other Covered Entities; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations¿Representation; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law; 52.211-6, Brand Name or Equal; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.225-2, Buy American Certificate; 52.225-4, Buy American Free Trade Agreement ¿ Israeli Trade Act Certificate; 52.225-6, Trade Agreement Certificate; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications; 52.232-1, Payments; 52.232-8, Discounts for Prompt Payment; 52.232-11, Extras; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.237-1, Site Visit; 52.243-1, Changes-Fixed Price; 52.244-6, Subcontracts for Commercial Items; 52.246-16, Responsibility for Suppliers; 52.247-34, F.o.b. Destination; 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form); 52.253-1 , Computer Generated Forms; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders¿Commercial Items; 52.222-19, Child Labor¿Cooperation with Authorities and Remedies; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American¿Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer¿System for Award Management 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of clause) Department of the Interior Acquisition Regulation (DIAR) CLAUSES:1452.215-71, Use and Disclosure of Proposal Information¿Department of the Interior; 1452.226-70, Indian Preference; 1452.280-1, Notice of Indian Small Business Economic Enterprise Set-aside; 1452.280-2, Notice of Indian economic enterprise set-aside; 1452.280-4, Indian Economic Enterprise Representation; 1452.280-3, Subcontracting Limitations

Overview 
Reference number: 140A1619Q0397
Issue date: 09/10/2019
Response due: 09/13/2019 05:00 PM US/Eastern

Set Aside: Indian Small Business Economic Enterprises
NAICS: 562111-Solid Waste Collection
PSC / FSC: S205-HOUSEKEEPING- TRASH/GARBAGE COLLECTION

Agency: DOI

Contracting office:

Bureau of Indian Education (BIE)
Acq Business Support Center
12220 Sunrise Valley Drive
Reston, VA 20191


Place of Performance:




Contact: Mary Jane Johnson
Phone:
Fax:
Email: maryjane.johnson@bia.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2024 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect