Alaska Bids > Bid Detail

DLA Disposition Services Alaska Tire Recycling/Disposal

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159375251791954
Posted Date: May 18, 2023
Due Date: May 26, 2023
Solicitation No: SP451023Q1047
Source: https://sam.gov/opp/70d014f77f...
Follow
DLA Disposition Services Alaska Tire Recycling/Disposal
Active
Contract Opportunity
Notice ID
SP451023Q1047
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 18, 2023 12:25 pm EDT
  • Original Published Date: May 12, 2023 02:42 pm EDT
  • Updated Date Offers Due: May 26, 2023 03:00 pm EDT
  • Original Date Offers Due: May 26, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 10, 2023
  • Original Inactive Date: Jun 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: P100 - SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY
  • NAICS Code:
    • 562219 - Other Nonhazardous Waste Treatment and Disposal
  • Place of Performance:
    AK 99506
    USA
Description View Changes

Amendment 0001



The purpose of Amendment 0001 is to answer 1 question received by an interested vendor and upload answer as an attached document: Solicitation Questions and Answers.



There are no other changes to this solicitation at this time.





*************************************************************





This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP451023Q1047 and being issued as a request for quotation (RFQ).





This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2023-03. See attached Performance Work Statement and applicable provisions and clauses.





This is a competitive 100% Small Business set-aside for Tire Disposal Services for DLA Disposition Services. The NAICS code is 562219 with a size standard of $41.5M and the requirement will result in a 12-month Firm Fixed Priced IDIQ base contract with four 12-month option periods.





Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.





In order to accomplish this mission, DLA Disposition Services is seeking to have Tire Disposal Services in accordance with the attached Performance Work Statement at DLA Disposition Services DSD West – Anchorage.





This requirement is a Firm Fixed Priced contract. Pricing must be Fixed Price for the entirety of services quoted. Site location is 12745 Davis Highway, Anchorage, AK 99506. Additionally, wage Determination numbers are listed in Attachment 2.





Offers are due at 3:00 PM Eastern Time (United States), on 26 May 2023. Email quotes to jose.aceveddo@dla.mil. Questions are due 18 May 2023 by 12:00 PM Eastern Time and must be submitted in writing via email to jose.aceveddo@dla.mil. Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote.





INSTRUCTIONS TO OFFERORS:





Submit quotes by email to jose.aceveddo@dla.mil no later than the specified date and 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. Valid quotes are to include the following:



• Completed price schedule: Price schedules are an attachment, responding firms are required to complete and return the attached price schedule to include all option periods and all line items within each period.



• Technical Submission: Provide verification of experience on the equipment specified in this requirement. Verification can be any of the following: training certificates, certifications / licenses, resumes, and / or a successful past performance (within last three years) reference providing maintenance services on equipment similar to the solicited requirement.



• Offerors shall provide the applicable CAGE code and DUNS 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.





Quotes received without the above identified information will not be considered for an award.





Site Visits are not being supported for this action in advance of the response deadline.





EVALUATION:



Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis. Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (all periods), after a pass/fail evaluation of the contractors’ technical submission.





* Note that a Reverse Auction under this action is possible per applicable DLA coverage, with that coverage/instructions to be provided if a Reverse Auction is utilized. Firm’s submitting proposals under this action agree to participate in the Reverse Auction if it occurs and acknowledge it as a possible negotiation tool being used by the Government under this action, though note that this does not mean firms are required to lower their submitted prices if they choose not to.





The following provisions and clauses are applicable to this solicitation:





The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions.



Offers should include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications --



Commercial Items, with its offer. See applicable clauses.



The clause 52.212-4 Alt 1, Contract Terms and Conditions - Commercial Items, applies to this acquisition. See attached clauses.



The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.



The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor whose quote conforms to the solicitation and offers the lowest total price, including the option periods.





L09 Reverse Auction (OCT 2016)



The Contracting Officer may utilize reverse auctioning to conduct price discussions. If the Contracting Officer does not conduct a reverse auction, award may be made on initial offers or following discussions. If the Contracting Officer decides to use line reverse auctioning to conduct price negotiations, the Contracting Officer will notify Offerors of this decision and the following applies:



(1) The contracting officer may use reverse auction as the pricing technique during discussions to receive the final offered prices from each offeror.



(2) During each round of reverse auction, the system displays the lowest offer price(s) unless the auction instructions are different. All offerors and authorized auction users see the displayed lowest price(s). This disclosure is anonymous and a generic identifier displays for the offeror. Generic identifiers include designators such as “offer A” or “lowest-priced offeror.” By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction.



(3) An offeror’s final auction price at the close of the reverse auction is considered its final price proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the contracting officer decides that further discussions are needed and final price proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the contracting officer determines that it would be in the best interest of the Government to re-open the auction.



(4) The contracting officer identifies participants to the DLA commercial reverse auction service provider. To be eligible for award and participate, the offeror must agree with terms and conditions of the entire solicitation and the commercial reverse auction service. The reverse auction pricing tool system administrator sends auction information in an email. The reverse auction system designates offers as "lead," meaning the current low price in that auction, or "not lead," meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as "lead" and the second or subsequent offer of that price as "not lead." If a tie offer is submitted and no evaluation factors other than price were identified in the solicitation or a low-price technically acceptable source selection is being used, the "Not Lead” offeror that submitted the tie offer must offer a changed price; otherwise its offer will be ineligible for award. If evaluation factors in addition to price were listed in the solicitation and a tradeoff source selection is being used, tie offers that are "Not Lead" will be considered and evaluated.



(5) Offerors unable to enter pricing through the commercial reverse auction service provider’s system during a reverse auction must notify the contracting officer or designated representative immediately. The contracting officer may, at their sole discretion, extend or re-open the reverse auction if the reason for the offeror’s inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror’s control.



(6) Training. The commercial reverse auction service provider or government representative conducts training for offerors. Offerors receive training through written material, the commercial reverse auction service provider’s website, or other means. Trainers name employees successfully completing the training as a “Trained Offeror.” Only trained offerors may engage in a reverse auction. The contracting officer reserves the right to remove the “trained offeror” title from anyone who fails to obey the solicitation or commercial reverse auction service provider terms and conditions.





52.203-3 Gratuities APR 1984



52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I NOV 2021



52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007



52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020



52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights JUN 2020



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017



52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011



52.204-7 System for Award Management OCT 2018



52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020



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 AUG 2020



52.204-20 Predecessor of Offeror AUG 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 Telecomunications and Video Surveillance Services or Equipment NOV 2021



52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation NOV 2015



52.209-5 Certification Regarding Responsibility Matters AUG 2020



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



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015



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



52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services MAY 2022



52.216-18 Ordering AUG 2020



52.216-19 Order Limitations OCT 1995



52.216-22 Indefinite Quantity OCT 1995







* Minimum/maximum for the base period is $1,000.00 and a maximum value of 150% above the total estimated value for the period. No minimum is guaranteed for the option periods, the maximum for the option periods are the same as the base period.







52.217-5 Evaluation of Options (July 1990)



Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).



(End of provision)





52.217-9 Option to Extend the Term of the Contract MAR 2000



(a) The Government may extend the term of this contract by written notice to the Contractor within _7 days____]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __14___ days before the contract expires. The preliminary notice does not commit the Government to an extension.



(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed __5 years_________.



(End of clause)







52.219-1 Small Business Program Representations OCT 2022



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



52.219-8 Utilization of Small Business Concerns OCT 2022



52.219-14 Limitations on Subcontracting SEP 2021



52.219-28 Post-Award Small Business Program Rerepresentation SEP 2021



52.222-3 Convict Labor JUNE 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



52.222-35 Equal Opportunity for Veterans JUN 2020



52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020



52.222-37 Employment Reports on Veterans JUN 2020



52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010



52.222-41 Service Contract Labor Standards AUG 2018



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



52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) AUG 2018



52.222-50 Combating Trafficking in Persons NOV 2021



52.222-54 Employment Eligibility Verification MAY 2022



52.222-55 Minimum Wages Under Executive Order 13658 JAN 2022



52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022



52.223-5 Pollution Prevention & Right-To-Know Information MAY 2011



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020



52.225-13 Restrictions on Certain Foreign Purchases FEB 2021



52.229-3 Federal, State, and Local Taxes FEB 2013



52.232-33 Payment by Electronic Funds Transfer—System for Award Management



OCT 2018



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



52.233-2 Service of Protest SEP 2006



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



52.237-2 Protection of Government Buildings, Equipment, and Vegetation APR 1984



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 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



252.204-7004 DoD Antiterrorism Awareness Training for Contractors FEB 2019



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023



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



252.204-7022 Expediting Contract Closeout MAY 2021



252.209-7002 Disclosure of Ownership or Control by a Foreign Government DEC 2022



252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism MAY 2019



252.215-7008 Only One Offer DEC 2022



252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023



252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018



252.232-7010 Levies on Contract Payments DEC 2006



252.243-7002 Requests for Equitable Adjustment DEC 2022



252.244-7000 Subcontracts for Commercial Items JAN 2021



5452.233-9001 Disputes: Agreement To Use Alternative Dispute Resolution (ADR) APR 2001





L06 Agency Protests (DEC 2016)



Interested parties may file an agency level protest with the contracting officer or may request an independent review by the chief of the contracting office (CCO). Independent review by the CCO is an alternative to consideration by the contracting officer and is not available as an appellate review of a contracting officer decision on a protest previously filed with the contracting officer. Absent a clear indication of the intent to file an agency level protest with the CCO for independent review, protests will be presumed to be protests to the contracting officer.


Attachments/Links
Attachments

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

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 >