The RFP Database
New business relationships start here

Medical Waste Removal


Alaska, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINATION SYNOPSIS/SOLICITATION ‘COMBO':
Eielson AFB Medical Waste Removal Services


(i) 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. This announcement
constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.


(ii) Solicitation FA5004-20-Q-0003 is a Request for Quotation (RFQ).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 2020-01, effective 10 Oct 2019. The DFARS provisions and clauses are those in effect to
DPN 20191001, effective 01 Oct 2019. The AFFARS provisions and clauses are those in effect to AFAC
2019-1001, effective 01 Oct 2019.


(iv) *****Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will
be made under this solicitation until funds are available. The Government reserves the right to cancel this
solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the
Government has no obligation to reimburse an offeror for any costs.*****


(v)This requirement is solicited as a Total Small Business set aside. The North American Industrial
Classification System (NAICS) code associated with this procurement is 562112 with a small business size
standard of 38.5 million dollars.


(vi) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its
entirety and return with any other documentation/data as required by this Combo.


(vii) The government intends to award a firm-fixed price contract for the following:
See Attachment 1: Pricing Schedule
See Attachment 2: Statement of Work
See Attachment 3: Wage Determination


(viii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing
Schedule, Attachment 1. All items shall be delivered to:
Eielson Air Force Base, Alaska 99702


(ix) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by
reference, with the same force and effect as if it were given in full text. In addition to the following addendum,
all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement
and are hereby added via addendum:
1. The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and
"quote".
2. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained
herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this
solicitation.
3. Specific Submission Instructions: Price / Technical Acceptability - Contractor shall submit one (1)
copy of Price Schedule (Attachment 1) and any pertinent technical information such as product
specifications.
4. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the
lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the
criteria and specifications as shown in the Salient Characteristics (attachment 2). Price and technical
acceptability will be considered.


(x) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this
procurement and is provided in full-text below:
(a) The Government will award a contract resulting from this solicitation to the responsible vendors whose
quote conforming to the solicitation will be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate quotes:
(i) Technical acceptability
(ii) Price
(b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and
award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote
should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will
be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made
without further consideration. If it is found technically unacceptable, the Government will evaluate the next
lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable
vendor. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and
technical standpoint. However, the Government reserves the right to conduct discussions if later determined
by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or
information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a
minimum, is defined as meeting the following criteria:
Minimum Qualifications: Contractor must be able to provide the
products/services in accordance with this solicitation and all attachments. Item in
this solicitation shall be:
***** Medical Waste Removal Services in accordance with Attachment 1,
Attachment 2, and Attachment 3.*****
(d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful
vendor within the time for acceptance specified in the quote, shall result in a binding contract without
further action by either party. Before the quote's specified expiration time, the Government may accept a
quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of
withdrawal is received before award. (End of Provision)


(xi) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors
Representations and Certifications--Commercial Items (Oct 2018), are updated at www.sam.gov. Failure to
obtain SAM registration will result in submissions not being considered for award.
The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), is hereby
incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-
5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Aug
2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
Additionally, the following clauses apply to this acquisition.


FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT Oct 2018
FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING Jul 2016
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Jul 2016
FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS
AND CERTIFICATIONS
Dec 2014
FAR 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE,
SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED
BY KASPERSKY LAB AND OTHER COVERED ENTITIES
Jul 2018
FAR 52.204-24 REPRESENTATION REGARDING CERTAIN
TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT
Aug 2019
FAR 52.204-25 PROHIBITION OF CONTRACTING FOR CERTAIN
TELECOMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT
Aug 2019
FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED
DOMESTIC CORPORATIONS -- REPRESENTATION Nov 2015
FAR 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED
DOMESTIC CORPORATIONS Nov 2015
FAR 52.209-11 REPRESENTATION BY CORPORATOINS REGARDING
DELINQUENT TAX LIABILITY OR A FELONY CONVICITION Feb 2016
FAR 52.222-3 CONVICT LABOR Jun 2003
FAR 52.217-8 OPTION TO EXTEND SERVICES Nov 1999
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT Mar 2000
FAR 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND
REMEDIES
Feb 2016
FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES Apr 2015
FAR 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS Feb 1999
FAR 52.222-25 AFFIRMATIVE ACTION COMPLIANCE Apr 1984
FAR 52.222-26 EQUAL OPPORTUNITY Apr 2015
FAR 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES Jul 2014
FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS Mar 2015
FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT
MESSAGING WHILE DRIVING
Aug 2011
FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES Jun 2008
FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN
CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN -
RPRESENTATION AND CERTIFICATIONS
Jun 2019
FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-- SYSTEM FOR
AWARD MANAGEMENT
Jul 2013
FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS Jun 2013
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS
SUBCONTRACTORS
Dec 2013
FAR 52.233-3 PROTEST AFTER AWARD Aug 1996
FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM Oct 2004
DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF
FORMER DOD OFFICIALS
Sep 2011
DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF
WHISTLEBLOWER RIGHTS Sep 2013
DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER
DOD OFFICIALS Nov 2011
DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED
DEFENSE INFORMATION CONTROLS Dec 2015
DFARS 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE Sep 2011
DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED
TECHNICAL INFORMATION Dec 2015
DFARS 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION
SUPPORT CONTRACTORS May 2016
DFARS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM Jun 2013
DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-- Nov 2014
DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS Dec 2012
DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS Jun 2013
DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND
RECEIVING REPORTS Jun 2012
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS May 2013
DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS Dec 2006
DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS Jun 2013
DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA--BASIC Apr 2014
AFFARS 5352.201-
9101 OMBUDSMAN June 2016
AFFARS 5352.223-
9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS Nov 2012
AFFARS 5352.242-
9000 CONTRACTOR ACCESS TO GOVERNMENT INSTALLATIONS Nov 2012


1. Options- 4 one year option periods.


2. No Defense Priorities and Allocations System (DPAS) assigned rating applies to this
acquisition.


3. NOTICE TO ALL INTERESTED PARTIES:
Questions and Answers: Questions are due via email to SrA Joshua Johnson
(joshua.johnson.164@us.af.mil) & MSgt Nicholas Muche (nicholas.muche@us.af.mil) NO
LATER THAN 2:00 PM Alaska Standard Time on 4 November 2019, answers shall be posted
on or about 6 November 2019.
Offers: Quotes are due no later than 2:00 PM Alaska Standard Time on 13 November 2019.
Quotes shall include the following:
A. Price -- Submit one (1) copy of price schedule as well as any additional pertinent
information.
BASIS OF CONTRACT AWARD: This is a competitive action in which
award shall be made to the lowest priced technically acceptable quote. This
acquisition is restricted by Brand Name and the requested brand is the only
acceptable brand that will meet the technical requirement. See Attachment 3.


4. Quotations shall be submitted electronically via e-mail to SrA Joshua Johnson
(joshua.johnson.164@us.af.mil) & MSgt Nicholas Muche (nicholas.muche@us.af.mil).
For information regarding this solicitation, contact the same.
List of Attachments:
 Attachment 1: Pricing Schedule
 Attachment 2: Statement of Work
 Attachment 3: Wage Determination


Joshua A. Johnson, Contracting Specialist, Phone 3773327, Email joshua.johnson.164@us.af.mil - Nicholas Muche, Contracting Officer, Phone 907-377-3567, Email nicholas.muche@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP