Opportunity: Remediate and Cleanup Chemical Spills that occur a

Description 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and pursuant to the simplified acquisition procedures of Part 13 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. The U.S. Environmental Protection Agency (EPA), Research Triangle Park (RTP), NC intends to establish a Blanket Purchase Agreement (BPA) to Remediate and Cleanup Chemical Spills that occur at the EPA RTP Facility. The solicitation number is RFQ-RT-16-00077. The solicitation is issued as a request for quotation (RFQ) and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Circular FAC 2005-88, dated May 16, 2016. The associated North American Industry Classification System Code (NAICS) is 562910, Remediation Services, with a Size Standard of $20.5 Million. Only responses from responsible small business sources will be fully considered. The Contractor shall provide the necessary labor, materials, and equipment to remediate and cleanup any chemical spill that may occur on EPA-RTP Facilities in accordance with the attached Blanket Purchase Agreement Specifications and the Performance Work Statement. The contract line items (CLINs) are as follows: ¿ CLIN 0001 - Labor: The labor needed to remediate and cleanup any chemical spill that may occur on EPA-RTP Facilities. Please provide a listing of all labor categories and a composite rate for each category per labor hour that is normally used when responding to a chemical spill (Date of Award through 60 months). The labor breakdown shall specify separate fixed hourly composite rates for each category of labor. Each composite rate listed for each labor category shall include wages, overhead, general and administrative expenses, and profit. The composite rate provided for each labor category will be used to establish cost of labor when an order is placed under the established BPA. ¿ CLIN 0002 - Materials: The materials needed to remediate and cleanup any chemical spill that may occur on EPA-RTP Facilities. Costs for all materials will be negotiated with a not to exceed amount when an order is placed under the established BPA. Please provide a listing of the materials and a cost of materials that are normally used when responding to a chemical spill. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All quoters must submit representations and certifications in accordance with these clauses and provisions. FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: FAR 52.252-1 - Solicitation Provisions Included by Reference, FAR 52.204-16 - Commercial and Government Entity Code Reporting, FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items, and FAR 52.216-31 ¿ Time-and-Materials/Labor-Hour Proposal Requirements¿Commercial Item Acquisition. The following FAR clauses are applicable: FAR 52.204-18 - Commercial and Government Entity Code Maintenance, FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Alternate I); FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel, FAR 52.223-5 ¿ Pollution Prevention and Right-to-Know Information, FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, FAR 52.237-2 ¿ Protection of Government Building, Equipment, and Vegetation, FAR 52.237-3 ¿ Continuity of Services, FAR 52.242-15 ¿ Stop-Work Order, and FAR 52.252-2 -- Clauses Included by Reference. The following clauses within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, are applicable to this acquisition through the latest FAC: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.222-55, and 52.223-18. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. Once the BPA is established, call orders for chemical spill remediation and cleanup may be placed by any warranted Contracting Officer within the US EPA Research Triangle Park Procurement Operations Division (RTPPOD) up to their warrant authority. However, the Government is not obligated to place any call orders under the BPA. The Government is obligated only to the extent of authorized call orders placed against the BPA. These call orders shall not exceed the Simplified Acquisition Threshold, and the procedures in FAR Part 13 will be utilized. There is no minimum Government obligation. Instructions to Quoters: (a) The vendor shall e-mail the quotation to Vanenwyck.Adam@epa.gov on or before the due date. Electronic transmission of data shall be within the following file formats: Microsoft Word, Adobe PDF and/or Microsoft Excel. As a minimum, the quotation must show -- (1) The solicitation number; (2) The name, address, DUNS number, telephone number, and e-mail address of the quoter; (3) A response to the evaluation criteria below. (4) Price and any discount terms; (5) ¿Remit to¿ address, if different than mailing address; (6) A completed copy of the representations and certifications at FAR 52.212-3 or a statement that the quoter has completed annual representations and certificates electronically at http://orca.bpn.gov for the subject NAICS code. (b) Quoters shall submit the follow: 1. In accordance with provision 52.216-31 ¿ Time-and-Materials/Labor-Hour Proposal Requirements¿Commercial Item Acquisition: specify the following: a. Specify that the fixed hourly rates in the quote include wages, overhead, general and administrative expenses, and profit. b. Specify whether the fixed hourly rate for each labor category applies to labor performed by: (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control. 2. In accordance with clause 52.212-4 -- Contract Terms and Conditions -- Commercial Items Alternate I (May 2014) (a) (4), insert a proposed portion/percentage of labor rate attributable to profit. (c) The original quotation shall be submitted via the FedConnect® web portal (www.fedconnect.net) as the official submission. In order to submit the original proposal via FedConnect®, offerors must register in Fedconnect at www.fedconnect.net, see main page of FedConnect® website for registration instructions. For assistance in registering or for other FedConnect® technical questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. (d) All contractors and subcontractors must be enrolled in SAM (System for Award Management) in order to be considered for this award. Go to https://www.sam.gov to enroll electronically. (e) Quotes shall be submitted no later than 10:00 AM EST, July 18, 2016. Any accepted quotes awarded will have a period of performance of five years from date of award. (f) Period for acceptance of quotations: In compliance with the solicitation, the quoter agrees, if this quote is accepted within 90 calendar days from the date specified in the solicitation for receipt of quotes, to furnish any or all items upon which prices are quoted at the price set opposite each item, delivered at the designated point(s), within the time specified in the Schedule. Attachments for this synopsis and any notices of any modifications to this FBO procurement announcement, including amendments, will be posted using the FedConnect web portal. FedConnect can be accessed at https://www.fedconnect.net/Fedconnect/. Questions regarding the content of this announcement should reference notice number RFQ-RT-16-00077 and should be sent via FedConnect with an email copy to Adam Vanenwyck at Vanenwyck.Adam@epa.gov. You must register with FedConnect as an interested party to submit questions and to view responses. FedConnect is a web portal that connects agencies and vendors to streamline the process of doing business with the federal government. The use of FedConnect furthers the EPA's commitment to moving towards a paperless acquisition environment by reducing its carbon footprint. Evaluation Criteria: The Government will award a BPA resulting from this Request for Quotations (RFQ) to the responsible quoter whose quote, conforming to the RFQ, will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate quotes and make award without discussions. In addition to the price, the following factors shall be used to evaluate quotes: Corporate Experience, Past Performance, and Technical Approach. 1. Submit relevant information on your company¿s past performance and experience in relation to chemical spill remediation and cleanup, that includes the following: a. Corporate Experience Information: EPA will evaluate the type and quantity of work previously performed by the quoter on projects of a similar scope as the proposed BPA at facilities similar in size to the EPA Research Triangle Park Main Campus. Of particular importance is corporate experience in the following areas: remediation and cleanup of chemical spills at large ¿sensitive¿ federal and/or private company sites, Hazardous Waste Emergency Response and Operations (HAZWOPER) requirements, clean-up resulting from facility related hazardous material spills, and training to protect individuals and/or property. Include narrative comments as necessary to explain how the referenced experience is relevant to the services contemplated by this BPA. b. Past Performance Information: Demonstrated successful past performance of the quoter as evidenced by information gathered concerning the identified list of contracts, subcontracts, and agreements completed during the past three years, and those currently in process for similar work. Work which would be considered similar includes: remediation services and cleanup of chemical spills at large ¿sensitive¿ Federal, State and local governments, as well as commercial business sites comparable in size, scope and complexity to the services requested in this RFQ, Hazardous Waste Emergency Response and Operations (HAZWOPER) knowledge, and clean-up resulting from facility related hazardous material spills. The operation(s) should be specifically identified, and information submitted must include the scope of the operations and any other information you feel is pertinent to establish your firm's capability to perform under this requirement. Quoters shall submit information on the three (3) most recent contracts, subcontracts, and agreements completed during the past three years and all contracts, subcontracts, and agreements currently in process for similar work. This should include information on three (3) contracts, subcontracts, and agreements and may include similar contracts with Federal, State and local governments, as well as commercial businesses. If an offeror has no available past performance, a neutral rating of adequate will be assigned for the past performance criteria. 2. Technical Approach: Submit relevant information in reference to knowledge of and approach to the Performance Work Statement (PWS) in relation to providing remediation and cleanup services of chemical spills that includes the following: a. Quoters shall concisely and accurately demonstrate a workable approach to performing all of the required services in the PWS. This approach must be technically sound, logistically appropriate, and efficient. b. Quoters shall discuss how they intend to be able to respond to a requirement for containment of any spill within two (2) hours of notification of the spill and cleanup within a twenty-four (24) to forty-eight (48) hour limit. At this time a site visit is not scheduled for this BPA. However, if a site visit is needed, then please contact the Contracting Officer, Adam VanEnwyck, at phone number (919) 541-3651, or email at Vanenwyck.Adam@epa.gov. The following attachments are hereby incorporated into this solicitation (RFQ-RT-16-00077). Attachments: 1. BPA Specifications; 2. Wage Determination; 3. Performance Work Statement Contracting Office & Place Of Procurement: US EPA OARM Service Center RTP, Procurement Operations Division Research Triangle Park, NC 27711 Point of Contact: Adam Vanenwyck Contracting Officer Vanenwyck.Adam@epa.gov Phone: 919-541-3651

Overview 
Reference number: RFQ-RT-16-00077
Issue date: 06/16/2016
Response due: 07/16/2016 12:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 562910
PSC / FSC: 6850-MISCELLANEOUS CHEMICAL SPECIALTIES

Agency: EPA

Contracting office:

RTPPOD
US Environmental Protection Agency
109 T.W. Alexander Drive
Mail Code: AA005
Research Triangle Park, NC 27709


Place of Performance:

US EPA RTP
US Environmental Protection Agency
109 TW Alexander Drive
Research Triangle Park, NC 27709


Contact: Adam VanEnwyck
Phone:
Fax:
Email:

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