45--OPTION - Waste Disposal Services
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solic... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBLA22Q00000004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 562112 with a small business size standard of $38.50M. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-09-07 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Baton Rouge, LA 70802 The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/01/2022 - 09/30/2023 LI 001: DELIVERY FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0001: DELIVERY FEE FOR ONE (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0001, 1, EA; LI 002: (30)-YARD METAL WASTE CONTAINER SERVICE FEE PER DUMP. THE UNIT PRICE SHALL INCLUDE MONTHLY RENTAL FEE, PICKUP AND EMPTYING OF WASTE CONTAINER AND ANY OTHER TERMS AND CONDITIONS SET FORTH IN THE STATEMENT OF WORK. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0002: 2 DUMPS PER MONTH X 12 MONTHS = 24 DUMPS PER YEAR X {OFFEROR TO INSERT SERVICE FEE PER DUMP} = AMOUNT FOR LINE ITEM 0002, 24, EA; LI 003: (30)-YARD METAL WASTE CONTAINER DUMPING FEE PER TON. THE ESTIMATED WASTE DISPOSAL IS 3.5 TONS PER DUMP/PICKUP. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0003: 24 DUMPS PER YEAR X 3.5 TONS PER DUMP = 84 TONS PER YEAR X {OFFEROR TO INSERT UNIT PRICE PER TON} = AMOUNT FOR LINE ITEM 0003, 84, TON; LI 004: REMOVAL FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0004: (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT REMOVAL FEE UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0004, 1, EA; Option 1 Period of Performance: 10/01/2023 - 09/30/2024 LI 001: DELIVERY FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0001: DELIVERY FEE FOR ONE (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0001, 1, EA; LI 002: (30)-YARD METAL WASTE CONTAINER SERVICE FEE PER DUMP. THE UNIT PRICE SHALL INCLUDE MONTHLY RENTAL FEE, PICKUP AND EMPTYING OF WASTE CONTAINER AND ANY OTHER TERMS AND CONDITIONS SET FORTH IN THE STATEMENT OF WORK. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0002: 2 DUMPS PER MONTH X 12 MONTHS = 24 DUMPS PER YEAR X {OFFEROR TO INSERT SERVICE FEE PER DUMP} = AMOUNT FOR LINE ITEM 0002, 24, EA; LI 003: (30)-YARD METAL WASTE CONTAINER DUMPING FEE PER TON. THE ESTIMATED WASTE DISPOSAL IS 3.5 TONS PER DUMP/PICKUP. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0003: 24 DUMPS PER YEAR X 3.5 TONS PER DUMP = 84 TONS PER YEAR X {OFFEROR TO INSERT UNIT PRICE PER TON} = AMOUNT FOR LINE ITEM 0003, 84, TON; LI 004: REMOVAL FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0004: (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT REMOVAL FEE UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0004, 1, EA; Option 2 Period of Performance: 10/01/2024 - 09/30/2025 LI 001: DELIVERY FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0001: DELIVERY FEE FOR ONE (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0001, 1, EA; LI 002: (30)-YARD METAL WASTE CONTAINER SERVICE FEE PER DUMP. THE UNIT PRICE SHALL INCLUDE MONTHLY RENTAL FEE, PICKUP AND EMPTYING OF WASTE CONTAINER AND ANY OTHER TERMS AND CONDITIONS SET FORTH IN THE STATEMENT OF WORK. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0002: 2 DUMPS PER MONTH X 12 MONTHS = 24 DUMPS PER YEAR X {OFFEROR TO INSERT SERVICE FEE PER DUMP} = AMOUNT FOR LINE ITEM 0002, 24, EA; LI 003: (30)-YARD METAL WASTE CONTAINER DUMPING FEE PER TON. THE ESTIMATED WASTE DISPOSAL IS 3.5 TONS PER DUMP/PICKUP. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0003: 24 DUMPS PER YEAR X 3.5 TONS PER DUMP = 84 TONS PER YEAR X {OFFEROR TO INSERT UNIT PRICE PER TON} = AMOUNT FOR LINE ITEM 0003, 84, TON; LI 004: REMOVAL FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0004: (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT REMOVAL FEE UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0004, 1, EA; Option 3 Period of Performance: 10/01/2025 - 09/30/2026 LI 001: DELIVERY FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0001: DELIVERY FEE FOR ONE (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0001, 1, EA; LI 002: (30)-YARD METAL WASTE CONTAINER SERVICE FEE PER DUMP. THE UNIT PRICE SHALL INCLUDE MONTHLY RENTAL FEE, PICKUP AND EMPTYING OF WASTE CONTAINER AND ANY OTHER TERMS AND CONDITIONS SET FORTH IN THE STATEMENT OF WORK. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0002: 2 DUMPS PER MONTH X 12 MONTHS = 24 DUMPS PER YEAR X {OFFEROR TO INSERT SERVICE FEE PER DUMP} = AMOUNT FOR LINE ITEM 0002, 24, EA; LI 003: (30)-YARD METAL WASTE CONTAINER DUMPING FEE PER TON. THE ESTIMATED WASTE DISPOSAL IS 3.5 TONS PER DUMP/PICKUP. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0003: 24 DUMPS PER YEAR X 3.5 TONS PER DUMP = 84 TONS PER YEAR X {OFFEROR TO INSERT UNIT PRICE PER TON} = AMOUNT FOR LINE ITEM 0003, 84, TON; LI 004: REMOVAL FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0004: (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT REMOVAL FEE UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0004, 1, EA; Option 4 Period of Performance: 10/01/2026 - 09/30/2027 LI 001: DELIVERY FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0001: DELIVERY FEE FOR ONE (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0001, 1, EA; LI 002: (30)-YARD METAL WASTE CONTAINER SERVICE FEE PER DUMP. THE UNIT PRICE SHALL INCLUDE MONTHLY RENTAL FEE, PICKUP AND EMPTYING OF WASTE CONTAINER AND ANY OTHER TERMS AND CONDITIONS SET FORTH IN THE STATEMENT OF WORK. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0002: 2 DUMPS PER MONTH X 12 MONTHS = 24 DUMPS PER YEAR X {OFFEROR TO INSERT SERVICE FEE PER DUMP} = AMOUNT FOR LINE ITEM 0002, 24, EA; LI 003: (30)-YARD METAL WASTE CONTAINER DUMPING FEE PER TON. THE ESTIMATED WASTE DISPOSAL IS 3.5 TONS PER DUMP/PICKUP. OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0003: 24 DUMPS PER YEAR X 3.5 TONS PER DUMP = 84 TONS PER YEAR X {OFFEROR TO INSERT UNIT PRICE PER TON} = AMOUNT FOR LINE ITEM 0003, 84, TON; LI 004: REMOVAL FEE PER (30)-YARD METAL WASTE CONTAINER OFFEROR TO USE INFORMATION PROVIDED BELOW TO CALCULATE AMOUNT FOR LINE ITEM 0004: (1)(30)-YARD METAL WASTE CONTAINER X {OFFEROR TO INSERT REMOVAL FEE UNIT PRICE PER (30)-YARD METAL WASTE CONTAINER} = AMOUNT FOR LINE ITEM 0004, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business within the designated areas for Louisiana Hurricane Barry (DR-4458-LA), https://www.fema.gov/disaster/4458/designated-areas. Offers received from other businesses will not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (a) Set-aside area. The area covered in this contract is within the designated areas for Louisiana Hurricane Barry (DR-4458-LA), https://www.fema.gov/disaster/4458/designated-areas (b) Representations. The offeror represents that it ? does ? does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months- (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror’s gross revenues and employed at least half of the offeror’s permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include- (1) Physical location(s) of the offeror’s permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror’s gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b) The Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the area designated in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside; (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials; (3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (a) Definitions. As used in this provision— "Electronic Funds Transfer (EFT) indicator means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. Registered in the System for Award Management (SAM) means that– (1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into SAM; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in SAM; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". Unique entity identifier means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers. (b) (1) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information: (1) Company legal business name. (2) Tradestyle, doing business, or other name by which your entity is commonly recognized. (3) Company physical street address, city, state, and Zip Code. (4) Company mailing address, city, state and Zip Code (if separate from physical). (5) Company telephone number. (6) Date the company was started. (7) Number of employees at your location. (8) Chief executive officer/key manager. (9) Line of business (industry). (10) Company headquarters name and address (reporting relationship within your entity). (d) Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately upon receipt of this solicitation. See https://ww.sam.gov for information on registration. By submitting this offer, the offeror certifies that, at the time of submission, the contractor and all subcontractors possess adequate financial resources to perform the contract; capability to comply with the required or proposed delivery or period of performance; and otherwise meet or exceed the general standards set forth in this solicitation. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the "Pricing In Another Line Item" function). If a line item cannot be separately priced, you must notify the buyer through the Unison "Submit a Question" feature regarding which line item(s) should be included in which other line item(s) and request reposting. A seller's failure to comply with these terms may result in the Bid being determined as non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. Written questions and requests for clarification must be received no later than the seller question deadline specified in this solicitation. Only those questions received by the seller question deadline will receive a response which will be posted to the buy no later than September 1, 2022. In addition to providing pricing at www.unisonmarketplace.com for this solicitation, each offeror must provide any required, NON-PRICING responses so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to marketplacesupport@unisonglobal.com. Offer must be good for a minimum of ninety (90) calendar days after close of Buy. Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.217-7, 52.217-8, 52.217-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.226-5, 52.228-5, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government will evaluate pricing for the base and the option periods in accordance with FAR 52.212-2. The Government will also evaluate the option pricing for potential extensions under FAR clause 52.217-8 by adding six (6) months of the offeror’s final option period price to the offeror’s total price. For purposes of evaluation, this amount will be added to the evaluated price of the base and price quoted for options under 52.217-9 (i.e., option period 1 through 4).
Data sourced from SAM.gov.
View Official Posting »