New Mexico Bids > Bid Detail

Holloman Scale and Radiation Monitor Removal

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159271791405692
Posted Date: Dec 14, 2022
Due Date: Jan 17, 2023
Solicitation No: SP451023Q1014
Source: https://sam.gov/opp/51f65b6bc7...
Follow
Holloman Scale and Radiation Monitor Removal
Active
Contract Opportunity
Notice ID
SP451023Q1014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA DISPOSITION SERVICES
Office
DLA DISPOSITION SERVICES - EBS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 14, 2022 11:01 am EST
  • Original Date Offers Due: Jan 17, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: P500 - SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS)
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Holloman AFB , NM 88330
    USA
Description

Description:



This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. This is for a single award without options. The required service is per the attached specifications, including its delivery timeframes. This procurement is a Small Business Set-aside Solicitation with a North American Industry Classification System (NAICS) code of 238910, Small Business threshold is $16.5 million. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://acquisition.gov Quotes are to be received no later than 12:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer.



See Attachment 01 for the Price Schedule and Specifications/Additional Terms.



All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR. Deliveries must be performed during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays.




  1. The provision at FAR 52.212-1 (Instructions to Offerors – Commercial Items (DEVIATION 2018-O0018)) applies to this procurement.

  2. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, including all options, meeting or exceeding the acceptability standards for non-cost factors (low price – technically acceptable). The following non-cost factors will be used to evaluate offers: salient characteristics.



C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items-Alternate 1) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov.



D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement.



E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.



52.222-50, Combatting Trafficking in Persons (Jan 2019);



52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006);



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017);



52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (JUN 2020);



52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; (NOV 2021)



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021);



52.204-25, Prohibition of Contracting for Certain telecommunications and Video Surveillance Services or Equipment; (NOV 2021)



52.204-26, Covered Telecommunications Equipment or Services – Representation (OCT 2020)



52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021);



52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Nov 2015);



52.219-6, Notice of Total Small Business Set-Aside (NOV 2020)



52.219-28, Post-Award Small Business Program Re-representation (OCT 2022)



52.222-3, Convict Labor (JUN 2003)



52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2020);



52.222-21, Prohibition of Segregated Facilities (Apr 2015);



52.222-22, Previous Contracts and Compliance Reports (FEB 1999)



52.222-25, Affirmative Action Compliance (APR 1984)



52.222-26, Equal Opportunity (Sep 2016)



52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020)



52.222-41, Service Contract Labor Standards (AUG 2018)



52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)



52.222-55, Minimum Wages Under Executive Order 13658 (JAN 2022)



52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022)



52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (JUN 2020)



52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018)



The following additional FAR clauses apply to this procurement:



52.203-3, Gratuities (Apr 1984)



52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)



52.204-7, System for Award Management (Oct 2018)



52.204-13, System for Award Management Maintenance (Oct 2018)



52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)



52.204-17, Ownership or Control of Offeror (AUG 2020)



52.204-18, Commercial and Government Entity Code Maintenance (AUG2020)



52.204-19, Incorporation by Reference of Representations and Certifications



52.204-20, Predecessor of Offeror (AUG 2020)



52.232-17, Interest (Oct 2010)



52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)



52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)



52.233-3 -- Protest After Award (AUG 1996)



52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004)



52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)



52.242-13, Bankruptcy (Jul 1995)



52.247-34, FOB Destination



The following DFARS clauses apply to this procurement:



252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)



252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)



252.204-7003, Control of Government Personnel Work Product (APR 1992)



252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)



252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation(DEC 2019)



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation (May 2021)



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021)



252.204-7022, Expediting Contract Closeout (May 2021)



52.204-9000, Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause)



252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009)



252.211-7007, Reporting of Government-Furnished Property (AUG 2012)



252.225-7974, Representation Regarding Persons that Have Business Operations with the Maduro Regime (DEVIATION 2020-O0005)



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



252.232-7006, Wide Area Work Flow Payment Instructions (Dec 2018) (By reference, full text provided in bilateral award)



252.232-7010, Levies on Contract Payments (Dec 2006)



252.232-7017, Accelerating Payments to Small Business Subcontractors – Prohibition on Fees and Consideration (Apr 2020)



252.243-7001, Pricing of Contract Modifications (Dec 1991)



252.243-7002, Requests for Equitable Adjustment



252.244-7000, Subcontracts for Commercial Items (Jan 2021)



252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010)



INSTRUCTIONS TO OFFERORS:



Submit quotes by email to jonathan.tew@dla.mil no later than January 17th, 2023, at 12:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include:




  1. The Price Schedule is included in the attached PWS and responding firms are required to complete and return the Price Schedule for the line items.

  2. Complete listing of CLIN 0001 specifications for Equipment Removal, fully demonstrating that each meets the required specifications in the attachment..


  3. Offerors shall provide the applicable CAGE code and Unique entity identifier number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.





Any solicitation questions shall be submitted no later than January 3rd, 2023 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline.



EVALUATION:



Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis (LTPA). Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (inclusive of options) after a pass/fail evaluation of the contractors’ provided technical submittals meeting or exceeding salient characteristics per Attachment 01.


Attachments/Links
Contact Information
Contracting Office Address
  • FEDERAL CENTER 74 N WASHINGTON
  • BATTLE CREEK , MI 49037-3092
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 14, 2022 11:01 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >