Waste Storage System Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
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).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jan 06, 2022 11:32 am EST
- Original Published Date: Dec 29, 2021 12:55 pm EST
- Updated Date Offers Due: Jan 14, 2022 10:00 am EST
- Original Date Offers Due: Jan 12, 2022 10:00 am EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jan 29, 2022
- Original Inactive Date: Jan 27, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F109 - ENVIRONMENTAL SYSTEMS PROTECTION- LEAKING UNDERGROUND STORAGE TANK SUPPORT
- NAICS Code:
- 562910 - Remediation Services
- Place of Performance: Gunpowder , MD 21010USA
Description
SYNOPSIS/SOLICITATION
W91ZLK-22-R-0002
This combined synopsis/solicitation is for commercial items 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-02 (15 Dec 21). The solicitation number for this request for proposal (RFP) is W91ZLK-22-R-0002.
This requirement is under the associated North American Industry Classification System (NAICS) Code 562910 Remediation Services. The Government contemplates award of a Purchase Order on a firm-fixed price (FFP) basis in accordance with FAR 13, Simplified Acquisition Procedures. The period of performance is a Base Year and Four (4) One (1) Year Options. This procurement will be evaluated as Lowest Price Technically Acceptable (LPTA), for the procurement of the following services.
Preventative & On-Call Maintenance of the Hazardous Waste Storage System
Award will be made to the Offeror whose response to the Combined Synopsis/Solicitation represents the best value to the Government. Proposals will be evaluated in accordance with the Lowest Price Technically Acceptable (LPTA) Source Selection process described in FAR 15.101-2.
All questions must be submitted via email to terrijuana.p.veals.civ@army.mil and shantice.m.wright.civ@army.mil by Monday, January 10, 2022 at 10:00 AM Eastern Time. SUBJECT LINE: W91ZLK-22-R-0002 PROPOSAL FROM (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on beta.SAM.gov.
Firm Fixed Price (FFP) proposals must be signed, dated, and received by Friday, January 14, 2022 at 10:00 AM Eastern Time.
The contractor, as an independent party and not an agent of the government, shall provide Preventative & On-Call Maintenance of Hazardous Waste Storage System at the Chemical Transfer Facility (CTF).
Business hours at Business hours are 0800-1600L Eastern Standard Time, Monday through Friday, excluding Federal holidays. All work to be performed will be inspected for compliance with performance requirements by the Contracting Officer’s Representative (COR).
SUBMISSION PROCEDURES:
52.212-1 Instruction to Offerors Commercial Items
This clause applies in its entirety and there are currently no addenda to the provision.
NO PHONE CALLS WILL BE ACCEPTED.
All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.beta.sam.gov.
Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor.
- Proposals shall be submitted in two (2) separate volumes labeled:
-
- Volume I: Waste Storage System Services W91ZLK-22-R-0002 TECHNICAL Proposal
- Volume II: Waste Storage System Services W91ZLK-22-R-0002 PRICE Proposal
Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Nov 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020) on www.beta.sam.gov or provide a completed copy of the clauses with the proposal)
- Formatting.
- Single space Text
- Double Space Paragraphs
- 12-point minimum font size.
- Arial or New Times Roman fonts only. Table/illustrations 8-point min and landscape is acceptable.
- Margins: All Margins 1 inch.
- Gutter: 0 inches
- Header and Footer 1.5 inches
- Page Size: Width 8.5 inches and Height 11 inches (11 X 17 folded pages are acceptable for tables/graphic representations; however, each 11 X 17 page counts as two pages)
- Page Limitations: Volume I Technical – 5 pages limit and Volume II Price – 5 pages.
NOTE: Pages that exceed the required page limitations will not be evaluated. Additional pages over the maximum allowed will be removed or not read and will not be evaluated by the Government.
-
- Restrictions: All information shall be confined to the appropriate volume. The Offeror shall confine submissions to essential matters and sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included in the volumes:
- Volume I: Detail Technical Proposal shall be evaluated based on the following factors:
a. Factor 1 - Technical Approach: The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS). To be rated as acceptable, offerors must provide documentation that demonstrates the offeror’s approach for meeting all of the requirements specified in the PWS.
b. Factor 2 - Experience: Contractor shall demonstrate the ability to provide operations and maintenance (O&M) services and semi-annual preventative maintenance (PM) and calibration services as specified in the PWS. In addition to semi-annual PM on the facility's instrumentation (pH meters and level transducers), the contractor shall provide on-call O&M services to the Army for adjustment, repairs, enhancements or modifications to the system as requested by the Operator, to assure continued operation in accordance with the MDE operating permit. To be rated as acceptable, the offeror must provide documentation to demonstrate recent experience providing Waste Storage System Services according to the PWS and OEM’s guidelines without voiding or invalidating warranties. Recent experience includes Waste Storage System Services performed within five (5) years (i.e. previous government contracts).
BASIS FOR AWARD:
The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price.
- Volume II: Detailed Price Proposal to include the following elements:
-
- Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension.
-
- INCLUDE ALL Information Below:
CLIN 0001: Base Year – Waste Storage System Services QTY: 1 Unit Cost: JOB FFP
CLIN 1001: Option Year 1 – Waste Storage System Services QTY: 1 Unit Cost: JOB FFP
CLIN 2001: Option Year 2 – Waste Storage System Services QTY: 1 Unit Cost: JOB FFP
CLIN 3001: Option Year 3 – Waste Storage System Services QTY: 1 Unit Cost: JOB FFP
CLIN 4001: Option Year 4 – Waste Storage System Services QTY: 1 Unit Cost: JOB FFP
PROVISIONS/CLAUSES: See Attachment 1 – Provisions/Clauses
PERFORMANCE WORK STATEMENT: See Attachment 2 - Performance Work Statement
QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): See Attachment 3 - Quality Assurance Surveillance Plan
LIST OF ATTACHMENTS:
Attachment 1 - Provisions/Clauses
Attachment 2 – Performance Work Statement
Attachment 3 - Quality Assurance Surveillance Plan
Attachments/Links
Contact Information
Contracting Office Address
- KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
- ABER PROV GRD , MD 21005
- USA
Primary Point of Contact
- Terrijuana P. Veals
- terrijuana.p.veals.civ@army.mil
Secondary Point of Contact
- Shantice M Wright
- shantice.m.wright.civ@army.mil
History
- Jan 29, 2022 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 11, 2022 09:02 am ESTCombined Synopsis/Solicitation (Updated)
- Jan 06, 2022 11:32 am ESTCombined Synopsis/Solicitation (Updated)
- Jan 06, 2022 11:24 am ESTCombined Synopsis/Solicitation (Updated)
- Dec 29, 2021 12:55 pm ESTCombined Synopsis/Solicitation (Original)