Washington Bids > Bid Detail

Joint Base Lewis-McChord Keel Block Removal

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159190639203814
Posted Date: Feb 6, 2023
Due Date: Mar 8, 2023
Solicitation No: SP451023Q1019
Source: https://sam.gov/opp/4f0c2d4d31...
Follow
Joint Base Lewis-McChord Keel Block Removal
Active
Contract Opportunity
Notice ID
SP451023Q1019
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: Feb 06, 2023 11:44 am EST
  • Original Date Offers Due: Mar 08, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: P100 - SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY
  • NAICS Code:
    • 562119 - Other Waste Collection
  • Place of Performance:
    WA 98438
    USA
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 24-month single award without options. The required service is per the attached specifications, including its delivery timeframes. This procurement is a 100% Small Business Set-aside Solicitation with a North American Industry Classification System (NAICS) code of 562119, Small Business size standard is $47.0 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.





Attachments



1. Price Schedule



2. Performance Work Schedule (PWS)



3. Keel Blocks Pictures



4. Wage Determination 2015-5539





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. Services 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) (NOV 2021) applies to this procurement.

  2. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) (NOV 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, including all options if any, 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: Technical Approach.



C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items-Alternate 1) (OCT 2022) 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) (NOV 2021) applies to this procurement.



E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (DEC 2022) applies to this procurement.





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);



52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021);



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 (DEC 2022);



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)



52.222-50, Combatting Trafficking in Persons (NOV 2021);



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:





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



52.204-9 Personal Identity Verification of Contractor Personnel (JN 2011)



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 (DEC 2014)



52.204-20, Predecessor of Offeror (AUG 2020)



52.204-22, Alternative Line Item Proposal (JAN 2017)



52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (NOV 2015)



52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



52.223-5 Pollution Prevention & Right-To-Know Information (May 2011)



52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts. (AUG 2018)



52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016)



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (JUN 2020)



52.232-17, Interest (MAY 2014)



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 (NOV 1991)



52.252-5, Authorized Deviations in Provisions (NOV 2020)



52.252-6, Authorized Deviations in Clauses (NOV 2020)





The following DFARS clauses apply to this procurement:





252.201-7000, Contracting Officer's Representative (DEC 1991)



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



252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)



252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)



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



252.204-7004, DoD Antiterrorism Awareness Training for Contractors (FEB 2019)



252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016)



252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)



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)



252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements. (MAR 2022)



252.204-7020, NIST SP 800-171 DoD Assessment Requirements. (MAR 2022)



252.204-7021, Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement. (NOV 2020)



252.204-7022, Expediting Contract Closeout (MAY 2021)



252.209-7001, Disclosure of Ownership or Control by a Foreign Government (DEC 2022)



252.211-7003, Item Unique Identification and Valuation (MAR 2022)



252.211-7007, Reporting of Government-Furnished Property (MAR 2022)



252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)



252.225-7012, Preference for Certain Domestic Commodities (MAR 2022)



252.225-7048, Export-Controlled Items (JUNE 2013)



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 (DEC 2022)



252.239-7098, Prohibition on Contrating to Maintain or Establish a Computer Network Unless Such Network is designed to Block Access to Certain Websites-Presentation (APR 2021)



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



252.243-7002, Requests for Equitable Adjustment (DEC 2022)



252.244-7000, Subcontracts for Commercial Items (DEC 2022)



252.246-7003, Notification of Potential Safety Issues (JUN 2013)





INSTRUCTIONS TO OFFERORS:





Submit quotes by email to chad.hankins@dla.mil no later than March 8th, 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 bid schedule is attached and responding firms are required to complete and return the price schedule for the line items.





2) A technical approach/plan package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating your ability to perform the requested services. This documentation shall address, as a minimum, the following:





a. Clearly articulate your technical approach/plan for the removal and disposal of approximately 2,200 tons of keel blocks (approximately 630) composed of reinforced concrete at Joint Base Lewis-McChord (JBLM) in accordance with the attached PWS.



b. Number and type of employees.



c. Number and type of equipment.





Note, the Government intends to evaluate on a pass/fail basis if a contractor has a reasonable technical approach/plan to complete a project of the size, scope, and complexity listed in the PWS. The primary concern is a contractor’s ability to lift, move, transport, and dispose of large concrete keel blocks.





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 February 20th, 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, if any) after a pass/fail evaluation of the contractors provided technical approach/plan package.


Attachments/Links
Attachments
Document File Size Access Updated Date
1 Price Schedule Keel Blocks.xlsx (opens in new window)
20 KB
Public
Feb 06, 2023
2 PWS Keel Blocks.pdf (opens in new window)
358 KB
Public
Feb 06, 2023
3 Keel Block Pics.pdf (opens in new window)
5 MB
Public
Feb 06, 2023
4 WD 2015-5539.pdf (opens in new window)
506 KB
Public
Feb 06, 2023
file uploads

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
  • Feb 06, 2023 11:44 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 >