W--OPTION - Dumpters - Waste Removal
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 70FBR219Q00000053 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111 with a small business size standard of $38.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-02-12 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ceiba, PR 00735 The DHS Federal Emergency Management Agency requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 02/18/2019 - 05/18/2019 LI 001: Dumpster 40Yard capacity - Rental - 2 units for placement at the FEMA storage yard on Roosevelt Roads Naval Facility, 91, DA; LI 002: Dumpster 40Yard Capacity - Empty Charge - Units to be emptied within 48 hours of notification from the customer. Units must be covered during transport to/from location to ensure no material escapes from the dumpster Solid Waste to be disposed of in accordance with all Federal & Commonwealth (Puerto Rico) laws and regulations, 24, EA; LI 003: Dumpster 4CY Capacity - with weekly scheduled service to empty the units (once per week) - 2 units for placement at the FEMA storage yard on Roosevelt Roads Naval Facility, 3, MO; LI 004: Delivery /Deposit Fee for the two 4CY Dumpsters, 1, LS; Option 1 Period of Performance: 05/18/2019 - 08/17/2019 LI 001: Dumpster 40Yard capacity - Rental - 2 units for placement at the FEMA storage yard on Roosevelt Roads Naval Facility, 90, DA; LI 002: Dumpster 4CY Capacity - with weekly scheduled service (once per week) to empty the units - 2 units for placement at the FEMA storage yard on Roosevelt Roads Naval Facility, 3, MO; Option 2 Period of Performance: 08/19/2019 - 11/16/2019 LI 001: Dumpster 40Yard capacity - Rental - 2 units for placement at the FEMA storage yard on Roosevelt Roads Naval Facility, 90, DA; LI 002: Dumpster 4CY Capacity - with weekly scheduled service (once per week) to empty the units - 2 units for placement at the FEMA storage yard on Roosevelt Roads Naval Facility, 3, MO; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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 www.fedbid.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, FedBid, Inc. FedBid 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 Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or marketplacesupport@unisonglobal.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping/Freight for all equipment, material, parts to be included in CLIN price This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Stafford Act applies -Preference will be given to vendors in the designated disaster area (Puerto Rico) for evaluation purposes only. Vendors outside the designated area will have a 15% price increase added to their bid. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Lease price should include delivery and pick-up fees and all maintenance cost - to exclude any possible accidental damage
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »