Agency: | DEPT OF DEFENSE |
---|---|
State: | Massachusetts |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | May 9, 2024 |
Due Date: | Jun 10, 2024 |
Solicitation No: | W911QY-24-R-SEPT |
Original Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
The Department of the Army, ACC-APG, Natick Division, Natick, MA intends to purchase the following septic services in accordance with the attached Performance of Work Statement (PWS). The Contractor shall be responsible for performing all scheduled work as outlined in this PWS and all associated contract documents for the quotation price submitted. The Contractor is responsible for reading and a comprehensive and thorough understanding of the entire PWS, proposed project and all applicable requirements regarding any tasks, services, or provisions within the scope of work and all contract documents.
This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is W911QY-24-R-SEPT.
It is intended to place a single contract with the offer that provides a proposal that is the best value for the Government and meets all technical requirements as outline in the Performance Work Statement. All timely offers will be considered, and proposal submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.
This requirement is set aside for small business. The NAICS Code is 562991 Septic Tank and Related Services. Size standard is $9M. The Army’s Office for Small Business Programs concurs with the unrestricted determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The following clauses will be incorporated into the award.
FAR Clauses:
52.204-19 Incorporation by Reference of Representations and Certifications.
52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services 52.232-8 Discounts For Prompt Payment
52.232-39 Unenforceability of Unauthorized Obligations
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services
52.252-2 Clauses Incorporated by Reference
DFARS Clauses:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program--Basic
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.247-7023 Transportation of Supplies by Sea JAN 2023
252.232-7006 Wide Area Workflow Payment Instructions
Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement. The Government contemplates an award of a single Firm-Fixed-Price Contract resulting from this solicitation.
Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website.
Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping.
Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.
Submission Instructions:
All other Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled, Section I – Technical Proposal; Section II – Pricing; and Section III Past Performance. No Pricing Information shall be submitted in Section I.
Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate other offers:
(i) Technical capability of services offered to meet Government requirements:
(ii) Price: Offeror shall submit itemize labor category, hourly labor rate, number of labor hours.
(iii) Past Performance:
Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years
Each example shall not exceed two (2) pages and shall include the following:
Offerors shall state if they have no recent or relevant past performance.
In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.
Technical and past performance, when combined, are more important than price.
(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Offers may be e-mailed to brandon.j.rivett.civ@army.mil. Required Period of Performance: All work shall be completed 21 days after the date of the Notice to Proceed is issued. Offers must be received by 1:00 p.m. Eastern Standard Time on 10 June 2023. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Brandon Rivett at brandon.j.rivett.civ@army.mil.
May 15, 2024 | [Combined Synopsis/Solicitation (Updated)] Hudson AFH Title V Inspection |
Jun 3, 2024 | [Combined Synopsis/Solicitation (Updated)] Hudson AFH Title V Inspection |
Jun 5, 2024 | [Combined Synopsis/Solicitation (Updated)] Hudson AFH Title V Inspection |
Jun 20, 2024 | [Combined Synopsis/Solicitation (Updated)] Hudson AFH Title V Inspection |
Jun 25, 2024 | [Award Notice (Original)] Hudson AFH Title V Inspection |
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Bid Solicitation: BD-25-1089-1089C-SAO01-113527 Responses Due in 20 Days, 19 Hours, 57 Minutes Header
Commonwealth of Massachusetts
Bid Due: 3/26/2025
Bid Solicitation: BD-23-1799-THA02-THA02-113195 Header Information Bid Number: BD-23-1799-THA02-THA02-113195 Description: Inspection Services Bid Opening
Commonwealth of Massachusetts
Bid Due: 3/25/2025
Bid Solicitation: BD-25-1104-1104C-1104L-113472 Responses Due in 34 Days, 16 Hours, 38 Minutes Header
Commonwealth of Massachusetts
Bid Due: 4/16/2025
Animal Control and Animal Inspection Services Start / End Dates & Times: 03/10/2025
East Bridgewater town
Bid Due: 3/24/2025