Hawaii Bids > Bid Detail

Oahu Refuse Services

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159173809881420
Posted Date: Dec 22, 2023
Due Date: Jan 2, 2024
Source: https://sam.gov/opp/f9bd1276fd...
Follow
Oahu Refuse Services
Active
Contract Opportunity
Notice ID
W912CN24R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-OO
Sub Command 3
413TH CSB
Office
0413 AQ HQ RCO-HI
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Dec 21, 2023 05:32 pm HST
  • Original Published Date: Dec 01, 2023 12:56 pm HST
  • Updated Date Offers Due: Jan 02, 2024 09:00 am HST
  • Original Date Offers Due: Dec 31, 2023 09:00 am HST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 17, 2024
  • Original Inactive Date: Jan 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    Wahiawa , HI 96786
    USA
Description

Amendments:



12/21/2023 Amendment 0002: The purpose of this amendment is to –



1. Add Attachment Q&A



2. Add Attacment Q&A #33



3. Extend the closing date to January 02, 2024 ( W912CN-24-R-0007 Amendment 0001 Solicitation SF30 and W912CN-24-R-0007 Amendment 0001 Solicitation Conform Attached)





12/4/2023 Amendment 0001: The purpose of this amendment is to –



1. Update TE's #1 and #3e





Solicitation



(i) This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation FAR Part 12, Acquisition of Commercial item, and FAR Part 15, Contracting by



Negotiation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



(ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-24-R-0007.



(iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-06, Effective: July 12, 2021





(iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 562111, Solid Waste Collection, and the small business size standard is $38.5 million. This procurement is a 100% Small Business competitive set-aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award.





(v) A list of contract line item number(s) and items, quantities, and units of measure:



CLIN: 0001



QTY: 240



Description: NON-RECURRING Initial Delivery, one (1) day rental 3 or 8 Cubic Yards (CY),



final pickup, additional empty and return cost



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0002



Description: NON-RECURRING Additional Rental Days: 3 & 8 CY



QTY: 120



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 0003



Description: NON-RECURRING Initial Delivery, one (1) day rental 10 & 40 CY, final pickup,



additional empty and return cost



QTY: 300



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0004



Description: NON-RECURRING Additional Rental Days: 10 & 40 CY



QTY: 300



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 0005



Description: NON-RECURRING Relocation of dumpster / roll offs



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0006



Description: NON-RECURRING Special Handling Fees (Food Spoilage)



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0007



Description: RECURRING Industrial Refuse Collection & Disposal Service,3 to 8 CY Multiple



Containers



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 0008



Description: RECURRING Industrial Refuse Collection & Disposal Service, 30 CY



Compactors & Rolloffs



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 0009



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 540



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0010



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 72



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0011



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



QTY: 1



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0012



Description: RECURRING Initial Stenciling of Containers (approximately 30 - 40)



QTY: 40



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0013



Description: RECYCLE Collect recyclables, bulk waste, process and recycle materials, operate convenience center



QTY: 1836



Unit of Issue: Net Ton



Unit Price: ________________



Extended Price: ____________





CLIN: 0014



Description: REPAIR SITE ASSESMENT For new containers/parts/repairs for DPW and



TAMC



QTY: 50



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 0015



Description: REPAIR WORK For new containers/parts/repairs for DPW and TAMC following



Repair Assessment



QTY: 1



Unit of Issue: Job



Unit Price: ________________



Extended Price: ____________







CLIN: 1001



QTY: 240



Description: NON-RECURRING Initial Delivery, one (1) day rental 3 or 8 Cubic Yards (CY),



final pickup, additional empty and return cost



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1002



Description: NON-RECURRING Additional Rental Days: 3 & 8 CY



QTY: 120



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 1003



Description: NON-RECURRING Initial Delivery, one (1) day rental 10 & 40 CY, final pickup,



additional empty and return cost



QTY: 300



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1004



Description: NON-RECURRING Additional Rental Days: 10 & 40 CY



QTY: 300



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 1005



Description: NON-RECURRING Relocation of dumpster / roll offs



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1006



Description: NON-RECURRING Special Handling Fees (Food Spoilage)



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1007



Description: RECURRING Industrial Refuse Collection & Disposal Service,3 to 8 CY Multiple



Containers



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 1008



Description: RECURRING Industrial Refuse Collection & Disposal Service, 30 CY



Compactors & Rolloffs



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 1009



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 540



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1010



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 72



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1011



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



QTY: 1



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1012



Description: RECURRING Initial Stenciling of Containers (approximately 30 - 40)



QTY: 40



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1013



Description: RECYCLE Collect recyclables, bulk waste, process and recycle materials, operate convenience center



QTY: 1836



Unit of Issue: Net Ton



Unit Price: ________________



Extended Price: ____________





CLIN: 1014



Description: REPAIR SITE ASSESMENT For new containers/parts/repairs for DPW and



TAMC



QTY: 50



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 1015



Description: REPAIR WORK For new containers/parts/repairs for DPW and TAMC following



Repair Assessment



QTY: 1



Unit of Issue: Job



Unit Price: ________________



Extended Price: ____________





CLIN: 2001



QTY: 240



Description: NON-RECURRING Initial Delivery, one (1) day rental 3 or 8 Cubic Yards (CY),



final pickup, additional empty and return cost



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2002



Description: NON-RECURRING Additional Rental Days: 3 & 8 CY



QTY: 120



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 2003



Description: NON-RECURRING Initial Delivery, one (1) day rental 10 & 40 CY, final pickup,



additional empty and return cost



QTY: 300



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2004



Description: NON-RECURRING Additional Rental Days: 10 & 40 CY



QTY: 300



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 2005



Description: NON-RECURRING Relocation of dumpster / roll offs



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2006



Description: NON-RECURRING Special Handling Fees (Food Spoilage)



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2007



Description: RECURRING Industrial Refuse Collection & Disposal Service,3 to 8 CY Multiple



Containers



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 2008



Description: RECURRING Industrial Refuse Collection & Disposal Service, 30 CY



Compactors & Rolloffs



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 2009



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 540



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2010



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 72



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2011



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



QTY: 1



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2012



Description: RECURRING Initial Stenciling of Containers (approximately 30 - 40)



QTY: 40



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2013



Description: RECYCLE Collect recyclables, bulk waste, process and recycle materials, operate convenience center



QTY: 1836



Unit of Issue: Net Ton



Unit Price: ________________



Extended Price: ____________





CLIN: 2014



Description: REPAIR SITE ASSESMENT For new containers/parts/repairs for DPW and



TAMC



QTY: 50



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 2015



Description: REPAIR WORK For new containers/parts/repairs for DPW and TAMC following



Repair Assessment



QTY: 1



Unit of Issue: Job



Unit Price: ________________



Extended Price: ____________







CLIN: 3001



QTY: 240



Description: NON-RECURRING Initial Delivery, one (1) day rental 3 or 8 Cubic Yards (CY),



final pickup, additional empty and return cost



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3002



Description: NON-RECURRING Additional Rental Days: 3 & 8 CY



QTY: 120



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 3003



Description: NON-RECURRING Initial Delivery, one (1) day rental 10 & 40 CY, final pickup,



additional empty and return cost



QTY: 300



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3004



Description: NON-RECURRING Additional Rental Days: 10 & 40 CY



QTY: 300



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 3005



Description: NON-RECURRING Relocation of dumpster / roll offs



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3006



Description: NON-RECURRING Special Handling Fees (Food Spoilage)



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3007



Description: RECURRING Industrial Refuse Collection & Disposal Service,3 to 8 CY Multiple



Containers



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 3008



Description: RECURRING Industrial Refuse Collection & Disposal Service, 30 CY



Compactors & Rolloffs



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 3009



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 540



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3010



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 72



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3011



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



QTY: 1



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3012



Description: RECURRING Initial Stenciling of Containers (approximately 30 - 40)



QTY: 40



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3013



Description: RECYCLE Collect recyclables, bulk waste, process and recycle materials, operate convenience center



QTY: 1836



Unit of Issue: Net Ton



Unit Price: ________________



Extended Price: ____________





CLIN: 3014



Description: REPAIR SITE ASSESMENT For new containers/parts/repairs for DPW and



TAMC



QTY: 50



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 3015



Description: REPAIR WORK For new containers/parts/repairs for DPW and TAMC following



Repair Assessment



QTY: 1



Unit of Issue: Job



Unit Price: ________________



Extended Price: ____________





CLIN: 4001



QTY: 240



Description: NON-RECURRING Initial Delivery, one (1) day rental 3 or 8 Cubic Yards (CY),



final pickup, additional empty and return cost



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4002



Description: NON-RECURRING Additional Rental Days: 3 & 8 CY



QTY: 120



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 4003



Description: NON-RECURRING Initial Delivery, one (1) day rental 10 & 40 CY, final pickup,



additional empty and return cost



QTY: 300



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4004



Description: NON-RECURRING Additional Rental Days: 10 & 40 CY



QTY: 300



Unit of Issue: Days



Unit Price: ________________



Extended Price: ____________





CLIN: 4005



Description: NON-RECURRING Relocation of dumpster / roll offs



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4006



Description: NON-RECURRING Special Handling Fees (Food Spoilage)



QTY: 12



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4007



Description: RECURRING Industrial Refuse Collection & Disposal Service,3 to 8 CY Multiple



Containers



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 4008



Description: RECURRING Industrial Refuse Collection & Disposal Service, 30 CY



Compactors & Rolloffs



QTY: 12



Unit of Issue: Months



Unit Price: ________________



Extended Price: ____________





CLIN: 4009



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 540



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4010



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



Roll-Offs



QTY: 72



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4011



Description: RECURRING As Required Industrial Refuse Collection & Disposal Svc, 30 CY



QTY: 1



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4012



Description: RECURRING Initial Stenciling of Containers (approximately 30 - 40)



QTY: 40



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4013



Description: RECYCLE Collect recyclables, bulk waste, process and recycle materials, operate convenience center



QTY: 1836



Unit of Issue: Net Ton



Unit Price: ________________



Extended Price: ____________





CLIN: 4014



Description: REPAIR SITE ASSESMENT For new containers/parts/repairs for DPW and



TAMC



QTY: 50



Unit of Issue: Each



Unit Price: ________________



Extended Price: ____________





CLIN: 4015



Description: REPAIR WORK For new containers/parts/repairs for DPW and TAMC following



Repair Assessment



QTY: 1



Unit of Issue: Job



Unit Price: ________________



Extended Price: ____________









(vi) Description OF REQUIREMENTS: Oahu Refuse Waste Services





EXTENDED DESCRIPTION The Contractor shall provide all labor, management, equipment, transportation, materials, supplies and tools necessary to perform commercial type refuse collection disposal services, and recycling services at various Army Military Post on the island of Oahu, Hawaii, in accordance with (IAW) this Performance Work Statement (PWS) and the conditions and provisions incorporated herein. The contractor shall dispose of all commercial, industrial, and community activity waste for Army Installation on the island of Oahu: Fort Shafter, Tripler Army Medical Center, Aliamanu Military Reservation, Schofield Barracks, Wheeler Army Airfield, Helemano Military Reservation, East Range, South Range, Waianae Parks, and Kahuku Training Area. These services



are necessary and essential for the health and welfare of personnel working on U.S. Army facilities located on Oahu..





To be considered acceptable and eligible for award, quotes must provide a complete quote including all of the items and services in accordance with the attached PWS. The Government will not consider quotes or offers for partial items or quantities.





(vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: Mar 1, 2024 to Feb 28, 2025 plus four option years.





The place of performance for the effort is:



Army Installation on the island of Oahu:



Fort Shafter



Tripler Army Medical Center



Aliamanu Military Reservation



Schofield Barracks



Wheeler Army Airfield



Helemano Military Reservation



East Range



South Range



Waianae Parks



Kahuku Training Area





(viii) OFFEROR INSTRUCTIONS





A. PROPOSAL SUBMISSION (FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services& Addendum to FAR 52.212-1)





This action will include the standard rendition of the provision 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. In addition, the following addendum is provided to that provision.





ADDENDUM TO FAR CLAUSE 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS





B. GENERAL INSTRUCTIONS.





1. The Request for Proposal (RFP) and evaluation of proposals will be conducted in accordance with FAR 12 – Acquisition of Commercial Products and Commercial Services and FAR 15 Contracting by Negotiation. Offerors will be evaluated using the criteria set forth in the Addendum to FAR 52.212-2. Non-compliance with the RFP may cause a proposal to not be considered for award.



2. The submission of documentation specified below will constitute the offeror’s acceptance of the terms and conditions of the RFP, concurrence with the Performance Work Statement (PWS), and contract type.



3. It is the Government’s intent to award without discussions. Offerors are encouraged to present their best terms from a price and other factors standpoint. However, in accordance with FAR 52.212-1, the Government reserves the right to conduct discussions should it become necessary.



4. All referenced documents for this solicitation are available on the Contract Opportunities portal of the SAM website at https://www.sam.gov. Potential offerors are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation.



5. Minimum Proposal Acceptance Period. FAR 52.212-1(c) is amended to 120 calendar days minimum acceptance period. By submittal of a proposal, the Contractor agrees to hold the prices in its proposal firm for 120 calendar days.





C. PROPOSAL SUBMISSION INSTRUCTIONS.





1. Proposals shall be submitted electronically via email and via the PIEE Solicitation module at https://piee.eb.mil/. Proposals shall be marked “SOURCE SELECTION INFORMATION – SEE FAR 2.101 AND 3.104” “PROCUREMENT SENSITIVE”.





a. Email Submission: Offerors shall email proposals to the Government points of contact: shirl.m.rivera.civ@army.mil and jacob.c.kamelamela.civ@army.mil. Please include the solicitation number (W912CN24R0007) in the subject line of all emails. Offerors are to ensure that they reach out to Ms. Shirl Rivera or Mr. Jacob Kamelamela to ensure that a complete offer has been received. The Government will not reach out to the contractor to confirm complete proposal submittal. NO HARDCOPY PROPOSALS OR FAXED SUBMISSIONS SHALL BE ACCEPTED.





b. PIEE Solicitation Module Submission: The PIEE Solicitation Module is a vendor portal for solicitations within the PIEE platform to automate and secure the process for capturing solicitations, attachments, and responses from industry. The Solicitation Module allows vendors to retrieve and respond to solicitations and communicate directly with Solicitation Managers in a secure environment. Offerors shall submit a request for the Proposal Manager role. All Offerors can view solicitations in the Solicitation Module by selecting “SOLICITATION SEARCH” in the Award section or “Solicitation Search” under the SUPPORT section at the bottom of the website. The SAM.gov site will reference back to this module. Training resources are provided below (there are additional resources available online as well).





Vendor Access Instructions and Account Support Contact Information:




  • https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf

  • Proposal Manager Instructions in the Solicitation Module: https://pieetraining.eb.mil/wbt/sol/Proposal_Manager.pdf

  • All PIEE Solicitation Module Web Based Training: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml.

  • Overview of the PIEE Solicitation Module https://dodprocurementtoolbox.com/cms/sites/default/files/resources/2021-08/Soliciation%20Module%20Training_FINAL.pdf.





The Government strongly recommends that offerors familiarize themselves with the system, both for retrieving information and to enable them to submit their offers in a timely manner.





The offeror shall establish a Proposal Manager account in sufficient time to access documents and submit offers within the RFP’s submission deadline. The offer closing date and time is identified in Block 8 on the Standard Form (SF) 1449. Do not use the PIEE Solicitation Module to submit classified information. Offerors are strongly encouraged to plan accordingly, submit proposals well in advance of the designated submission deadline, and ensure affirmative receipt of proposals. After successfully adding the Offer, a success message of the submission will be displayed in the Solicitation module and the offer display will collapse. The “message of submission”, a red lined box, will be your confirmation and should state something like: “The offer was submitted on 2023-09-22 10:51:07 AM Eastern Daylight Time (2023-09-22 15:51:07 UTC) by Proposal Manager. Please print this page and maintain for your records.” The Solicitation Module automatically tracks the date and time of all submissions. Proposals not received by the designated submission deadline will be regarded as “late” and will not be considered (see FAR 15.208 for further information regarding late proposals).





Offerors are cautioned that individual document size limitations for the PIEE “Solicitations” module are 1.9 GB per file; however, there is no maximum total size or quantity limit associated with the collective documents.





2. IAW 52.212-1(f)(1), offerors are responsible for submitting proposals, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation, (Contracting Officer and Contracting Specialist emails listed above) by the local time specified in Block 8 of the SF 1449 in the solicitation. Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete proposal. Failure to furnish a complete proposal at the time of proposal submission may result in an unacceptable proposal that the Government eliminates from consideration for award. The Government will not accept any changes to offerors’ proposals after the closing date of this RFP. Proposal, as the term is used here, means ALL volumes and/or parts of the RFP. Offerors are hereby notified that the Government will not reimburse costs incurred for proposal preparation.





D. SOLICITATION QUESTIONS AND COMMENTS.





Site Visit





A Site Visit will be held on 11December2023 at 0830 HST. It will be a two (2) part site visit starting on the North locations (Schofield) in the morning and then the South locations (Fort Shafter) to follow. Meeting place will be designated at Wheeler AAF in the parking lot between BLDG 104 and 108.



Sites visited will consist of:

Schofield Barracks: BLDG 884, 774 (TE #12)

Schofield Motor Pool BLDG: 1700 (TE #12)

Schofield Peterson Child Development Center (TE #12)

Fort Shafter: Barracks BLDG 517 (TE #14)



The purpose of a site visit is to provide clarity on any questions that may arise for this requirement. All interested Offerors are required to register confirming attendance no later than 8December2023 at 0830 HST. Interested Offerors shall contact to shirl.m.rivera.civ@army.mil and monica.l.napoleon.civ@army.mil for registration.





Please provide attendees names and a POC contact information. Attendees that are not registered may not be permitted or provided the locations to participate in the site visit. All costs associated with attendance are at the expense of the Offeror.





Due to security reasons, photography and filming of any type are prohibited. Interested firms are requested to limit attendance to two (2) representatives. The Government cannot guarantee that technical personnel will be available at any other time.





Attendance constitutes agreement to release the Government of liabilities due to any accidents or injury occurring during the site visit. Any discussions, remarks, and explanations that may be made by any Government representative during the



site visit will not change the terms and conditions of the solicitation and the technical specifications unless the solicitation is amended in writing.





Access to Army Installations: All vehicle operators must obtain visitor pass prior scheduled site visit, prepare to provide a valid driver’s license, social security number, vehicle registration, certificate of insurance and current safety inspection to the security guard prior to entry to the installation. Offerors should anticipate a delay in entering the installation and allow sufficient time when attending a site visit.





Visitor passes may be obtained at:



Lyman Gate



Lyman Road, Schofield Barracks, Wahiawa, HI 96787



Point Of Contact: Shirl Rivera, PH: (808) 787-8818 or Monica Napoleon, PH: (808) 787-8856.





Questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist at shirl.m.rivera.civ@army.mil and monica.l.napoleon.civ@army.mil within four (4) calendar days after site visit that is to be scheduled on 11 December 2023.



The Government reserves the right to not respond to questions concerning this solicitation received after the date and time specified for receipt of questions. A summary of questions received and Government responses will be provided by amendment and posted to the FBO website.





2. Any questions regarding this RFP should be forwarded in writing via e-mail to the to Contract Specialist, Ms. Shirl Rivera: shirl.m.rivera.civ@army.mil and Contracting Officer, Mr. Jacob Kamelamela: jacob.c.kamelamela.civ@army.mil by 0900 Hawaii Standard Time (HST), December 15, 2023 and must include RFP# W912CN-24-R-0007. A summary of questions received and Government responses will be provided via amendment and posted to the SAM.gov website. The Government reserves the right to not respond to questions concerning this RFP received after the date and time specified for receipt of questions.





3. Any questions submitted will need to identify the pertinent document (Performance Work Statement (PWS), RFP Attachment, RFP Technical Exhibit, etc.) and include the applicable page number, paragraph number and/or reference with each question. Questions regarding specific verbiage or content in the RFP package shall include excerpts or examples from the subject matter to ensure the question is clearly conveyed.





E. PROPOSAL PREPARATION INSTRUCTIONS





1. Proposals shall consist of four (4) volumes: RFP General Documents, Technical, Capability, Past Performance and Price. Electronic copies of all four (4) volumes shall be provided in accordance with the proposal submission insctructions. Failure to follow



the below proposal preparation instructions may cause your proposal to be deemed



unacceptable by the Government.





Volume



Title



Format



Page Limit



I



RFP General Documents



TAB A: Cover Letter



TAB B: SF1449 and SF30 (signed/dated)



TAB C: Representation and Certifications



TAB D: Responsibility Determination Narrative (1 page)



MS Word or Adobe PDF



None



II



Technical Capability (Non-Price Factors)



TAB A: Subfactor 1 – Management Approach & Staffing Plan



TAB B: Subfactor 2 - Methodology



TAB C: Subfactor 3 - Vehicles & Equipment



MS Word or Adobe PDF



30 (front and



back)



III



Past Performance



TAB A: Past Performance Questionaires



MS Word or Adobe PDF



15 (front and



back)



IV



Price



TAB A: Pricing Schedule (SF 1449)





MS Word, Excel, or Adobe PDF



None





2. Page Limitations. The proposal shall not exceed the page limits stated in the table above. If the page limits are exceeded, the pages in excess of the limit will not be considered for evaluation. When both sides of a sheet display printed material, it shall be counted as two pages. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and RFP number in the header and/or footer. In the event the Contractor creates an ambiguity in their numbering of pages, the Government may exercise its own discretion in counting pages. If discussions become necessary, page limitations may be placed on responses to Evaluation Notices (ENs). The specified page limits for EN responses will be identified in the letters forwarding the ENs to the Offerors. Page limit includes all appendices, charts, graphs, diagrams, tables, photographs, drawings, etc. Page limit does not include covers for volumes, tables of contents, glossary of abbreviations and acronyms, indices, title pages, cross reference indices, and section dividers/tables if they are inserted solely to provide ease to the reader in locating parts/sections of the proposal. Pages marked “This page intentionally left blank” will not be counted.





3. Page Formating. A page shall be an 8 ½” X 11” digital format. Arial or Times New Roman 12-point font size for all text, and a minimum of one inch margin on all four sides.





4. Indexing. The submission shall be clearly indexed and logically assembled with a Table of Contents for each volume. Each volume shall be clearly identified and shall begin at the top of a page.





5. Glossary of Abbreviations and Acronyms. Each volume shall contain a glossary of all abbreviations and acronyms used, with an explanation for each.





F. VOLUME I – RFP GENERAL DOCUMENTS.





Volume I shall contain the accurate, fully completed, and signed original of all proposal documents requiring signatures of the offeror. An authorized official of the firm shall sign the offer and all certifications requiring original signature. Failure to follow the below Contract Proposal preparation instructions may cause your proposal to be deemed



unacceptable by the Government. Volume I shall be organized as follows and contain the identified information.





1. TAB A: Cover Letter.






  1. Offerors shall submit a cover letter, on company letterhead, signed by an officer of the company, stating the authorized representative(s) (along with title, telephone number and other contact information such as e-mail) who can obligate your company contractually, negotiate, sign the proposal, and sign other contract actions.






  1. The letter shall reference the RFP Number (W912CN-24-R-0007).






  1. The letter shall acknowledge that the offeror agrees to hold the prices in its offer firm for 120 days from the date specified for receipt of offers.






  1. The letter shall state the Offeror’s DUNS number, CAGE Code, Tax-ID number, and address.






  1. The letter shall identify and explain any exceptions or deviations the Offeror takes with the RFP. Additionally, any assumptions used in the proposal preparation must be identified.





2. TAB B: Standard Form (SF) 1449 Solicitation/Contract/Order for Commercial Items. Offerors shall complete the following blocks on the SF 1449:






  1. 12 – Discount Terms

  2. 17a – Offeror Name, Address, CAGE Code, and Telephone Number

  3. 17b – If applicable

  4. 30a – Signature of authorized company official

  5. 30b – Printed name and title of signer

  6. 30c – Date signed





Standard Form (SF) 30, Amendment of Solicitation/Modification of Contract . Offerors shall acknowledge all amendments to the solicitation by completing the following blocks on the SF 30 for every amendment issued. Only the front page of the SF30 needs to be submitted with the proposal:






  1. 8 – Offeror Name, Address and CAGE Code

  2. 15a – Printed name and title of signer

  3. 15b – Signature of authorized company official

  4. 15c – Date signed





3. TAB C: Completed FAR Clause 52.212-3 Offeror Representation and Certifications –



Commercial Items (if not entered into System for Award Management (SAM). Representations and Certifications.






  1. The RFP provides the following fill-in representations and certifications:




  • 52.204-24, “Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment”

  • 52.204-26, “Covered Telecommunications Equipment or Services – Representation”






  1. These representations and certifications shall be completed in the System for Award Management (SAM) database to the maximum extent practicable. If the representations and certifications are completed in SAM, the Offeror need only state so in its proposal, and does not need to submit the representation and/or certification with the proposal.






  1. If any representation or certification cannot be completed in SAM, fill in the provision provided in the RFP and submit with the proposal.





4. TAB D: Responsibility Determination Narrative. For purposes of conducting responsibility



determination, submit a 1-page narrative addressing the following. The responsibility determination will only be conducted on the apparent successful contractor.






  1. Adequacy of financial resources to perform the contract, or the ability to obtain them;

  2. Ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;

  3. Adequacy of the company/firm’s performance record. Provide at least two (2) references (name, telephone no, email address, a brief description of project/contract completed).

  4. Description of how the company/firm maintains integrity and business ethics.

  5. Adequacy of the company/firm’s organization, experience, and technical skills, or the ability to obtain them (including, as appropriate, such elements as quality assurance measures and safety programs applicable to materials to be delivered and services to be performed by the prospective contractor and subcontractors).

  6. Adequacy of the necessary vehicles and equipment, or ability to obtain them.





G. VOLUME II – TECHNICAL CAPABILITY (NON-PRICE FACTORS)





Volume II shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims in the Offeror’s proposal. Legibility, clarity and coherence are critical. Responses will be evaluated as detailed in the Addendum to FAR Clause 52.212-2, Evaluation- Commercial Products and Commercial Services . Offerors should address, as specifically as possible, the actual methodology used for accomplishing the PWS requirements. Proposals should not simply rephrase or restate the Government's requirements, but rather should provide convincing rationale to address how the Offeror intends to meet these requirements. Statements that the Offeror understands, can, or will comply with the PWS (including referenced publications, technical data, etc.); statements paraphrasing the PWS or parts thereof (including applicable publications, technical data, etc.); and phrases such as “standard procedures will be employed” or “well known techniques will be used,” etc., will raise questions regarding an Offeror’s technical ability to perform the services contained herein and may be grounds to eliminate the proposal from further consideration for contract award. Offerors should assume that the Government has no prior knowledge of their experience, and that it will base its evaluation on the information presented in the Offeror’s proposal. Volume II shall be organized as follows and contain the identified information.





1. TAB A: Subfactor 1 - Management Approach & Staffing Plan. That Offeror shall submit a Management Approach & Staffing Plan that specifically defines and details the offeror’s capabilities to successfully manage, perform, and execute the Government’s requirements. The offer shall provide an organizational structure (including an organizational chart) that aligns with the offeror’s technical approach. Provide functional descriptions, responsibilities, and authorities of key management and supervisory positions necessary to ensure successful contract performance.The staffing plan shall demonstrate how the vendor will provide for effective scheduling and control of work to optimize responsiveness, timeliness and effectiveness of solid waste and recyclable material collection services, and efficient operation of the Convenience Center.





2. TAB B: Subfactor 2 – Methodology. The offeror shall submit narratives, supplemented with schedules, diagrams, charts, etc. as required/desired to present an analysis of the Government’s work requirements as the offeror understands them and procedures the offeror will employ to accomplish them. The narrative shall clearly demonstrate the offeror has a comprehensive knowledge and understanding of the requirement. The vendor shall briefly describe their technical daily operations approach to provide recyclable material collection services for regularly scheduled and nonscheduled (based on customer request), work requirement at the Convenience Center at Schofield Barracks, and transporting the materials for disposition as required. The narrative shall address each functional area described in the PWS. The vendor should not simply regurgitate the information in the PWS, instead the vendor should provide their plan/method to accomplish the collection services in PWS.





3. TAB C: Subfactor 3 - Vehicles & Equipment. The offeror shall provide descriptions of vehicles and equipment required to ensure successful contract performance.





H. VOLUME III - PAST PERFORMANCE





1. TAB A: Past Performance. Offerors shall provide past performance information for no more than five (5) of the most relevant contracts performed for Federal agencies, state/local governments and/or commercial customers within the last three (3) years from the issue date of this RFP. Relevant contracts are defined as contracts which are similar in scope and magnitude of effort and complexities as required by this RFP. In this context, “Offeror” refers to the proposed prime contractor and all proposed major subcontractors. A major ubcontractor is defined as one who would be providing critical services or products or whose subcontract is for more than 20% of the total proposed price.For a major subcontractor’s performance risk to be evaluated, the Offeror shall submit the written consent of its key subcontractors to allow disclosure of the key subcontractor’s past performance information to the Offeror. This factor shall be organized into the following sections:






  1. Section 1a – Government Contract Descriptions. This section shall include the following information in the following format:

    1. Contractor place of performance, CAGE Code and DUNS Number. If the work was performed as asubcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, email address, and telephone and fax numbers).

    2. Government contracting activity name, Contracting Officer's name, email, telephone and fax numbers.

    3. Government’s technical representative/COR, and current email address, telephone and fax numbers.

    4. Government contract administration activity and the Contracting Officer's name, and current email address, telephone and fax numbers.

    5. Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery/Task Order Numbers also.

    6. Contract Type (specific type such as Fixed-Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc.).

    7. Awarded price/cost.

    8. Final or projected final price/cost.

    9. Original delivery schedule, including dates of start and completion of work.

    10. Final, or projected final, delivery schedule, including dates of start and completion of work.








  1. Section 1b – Non-Government Contract Descriptions. This section shall include the following information in the following format:

    1. Contractor place of performance. If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, email address, and telephone and fax numbers).

    2. Contract references including current title, email address, telephone and fax numbers.

    3. Contract Number and, in the case of Indefinite Delivery type contracts and Blanket Purchase Agreements, include Delivery Order Numbers also.

    4. Contract Type (specific type such as Fixed-Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.) In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc.).

    5. Awarded price/cost.

    6. Final or projected final price/cost.

    7. Original delivery schedule, including dates of start and completion of work.

    8. Final, or projected final, delivery schedule, including dates of start and completion of work.








  1. Section 2 – Past Performance Evaluation Questionnaire (PPEQ). For all contracts identified in Sections 1a and 1b above, the Past Performance Questionnaires (PPEQ) must be completed and submitted.

    1. The Offeror shall complete Part I of the PPEQ and e-mail the questionnaire to the POC responsible for the past/current contract. The POCs shall be requested to complete Part II of the questionnaire and e-mail the entire questionnaire to the Contract Specialist and Contracting Officer on or before the closing date of the RFP. POCs shall be instructed to email completed PPEQs to Ms. Shirl Rivera, shirl.m.rivera.civ@army.mil and Mr. Jacob Kamelamela, jacob.c.kamelamela.civ@army.mil. The title of the email should read “W912CN-24-R-0007, PPEQ, Offeror’s name.”

    2. The Offeror shall also e-mail the Contract Specialist and Contracting Officer a listing of all POCs who were sent a questionnaire. The title of the e-mail should read “W912CN-24-R-0007, PPEQ List, Offeror’s name”. The government must receive this list on or before the closing date of the RFP. The POC list shall be submitted in an Excel spreadsheet and shall include the following fields: Company Name; Contract Number; Government/Non-Government Customer; Customer POC Name, Title; Telephone Number; e-mail Address; Date e-mailed to POC (month/day).







I. VOLUME IV – PRICE





1. TAB A: Pricing Schedule (SF 1449). Offeror’s price proposal shall include completed/signed pages 3 through 40 as well as a separate detailed unit price derivation narrative. The pricing portion of the proposal shall include a narrative in sufficient detail explaining how the unit prices were derived, to include, but not be



limited to, labor involvement, equipment utilized and materials expended. The Offeror shall complete the Contract Line Item Number (CLIN) schedule as follows:




  1. Fill in the unit price and extended price for each CLIN. In the event of a mathematical discrepancy between the unit price and extended price, the unit price will govern.

  2. Submit prices out to a maximum of two decimal points. If prices are proposed to more than two decimal points, the Government will round down the number to two decimal points.

  3. The proposed price shall include all personnel, supplies, services, management, overhead, and other direct costs, G&A, and profit to fulfill the contractual requirements of the PWS and any Technical Exhibits/Attachments.

  4. CLIN prices cannot be left blank. If the Offeror does not intend to charge for a specific CLIN, indicate such by entering “NSP” (not separately priced) in the extended price of the CLIN.

  5. The offerors shall calculate the total overall price.





2. The Government will evaluate its option to extend services in accordance with FAR Clause 52.217-8 as detailed in the Addendum to FAR 52.212-2 in this RFP. Offerors shall not propose pricing for this six-month extension.



3. Questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist at shirl.m.rivera.civ@army.mil and monica.l.napoleon.civ@army.mil within four (4) calendar days after site visit that is to be scheduled on 11 December 2023 at 0830 hours at Wheeler AAF in the parking lot between BLDG 104 and 108..



Sites visited will consist of:

Schofield Barracks: BLDG 884, 774 (TE #12)

Schofield Motor Pool BLDG: 1700 (TE #12)

Schofield Peterson Child Development Center (TE #12)

Fort Shafter: Barracks BLDG 517 (TE #14)



The Government reserves the right to not respond to questions concerning this solicitation received after the date and time specified for receipt of questions. A summary of questions received and Government responses will be provided by amendment and posted to the FBO website.



(End of provision)





(x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer.





(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition.





(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations.





The following additional FAR clauses and provisions are applicable to this acquisition:





52.203-3 Gratuities (APR 1984)



52.203-6 Restrictions On Subcontractor Sales To The Government (JUN 2020)



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)



52.203-13 Contractor Code of Business Ethics and Conduct (NOV 2021)



52.204-7 System for Award Management (OCT 2018)



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



52.204-13 System for Award Management Maintenance (OCT 2018)



52.204-15 Service Contract Reporting Requirements for Indefinite- Delivery Contracts (OCT 2016)



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)



52.204-23 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 on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-26 Covered Telecommunications Equipment or Services-Representation. (OCT 2020)



52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)



52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)



52.209-7 Information Regarding Responsibility Matters (OCT 2018)



52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018)



52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015)



52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)



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



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (SEP 2023)



52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services (DEC 2022)



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (SEP 2023)



52.216-21 Requirements (OCT 1995)



52.217-5 Evaluation of Options (JUL 1990)



52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)



52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)



52.219-6 Notice Of Total Small Business Set-Aside (NOV 2020)



52.219-8 Utilization of Small Business Concerns (SEP 2023)



52.219-9 Small Business Subcontracting Plan (SEP 2023)



52.219-14 Limitations On Subcontracting (OCT 2022)



52.219-16 Liquidated Damages-Subcontracting Plan (SEP 2021)



52.219-28, Post Award Small Business Program Representation (SEP 2023)



52.219-33 Nonmanufacturer Rule (SEP 2021)



52.222-21 Prohibition Of Segregated Facilities (APR 2015)



52.222-22 Previous Contracts And Compliance Reports (FEB 1999)



52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation (FEB 1999)



52.222-26, Equal Opportunity (Sep 2016)



52.222-41 Service Contract Labor Standards (AUG 2018)



52.222-42 Statement Of Equivalent Rates For Federal Hires (MAY 2014)



52.222-44 Fair Labor Standards And Service Contract Labor Standards- Price Adjustment (MAY 2014)



52.222-50, Combating Trafficking in Persons (Mar 2015)



52.222-54 Employment Eligibility Verification (MAY 2022)



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



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



52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Jul 2013)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)



52.233-3 Protest After Award (AUG 1996)



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



52.237-1 Site Visit



52.242-5 Payments to Small Business Subcontractors (JAN 2017)



52.245-1 Government Property (SEP 2021)



52.245-9 Use And Charges (APR 2012)



52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)



52.252-2 Clauses Incorporated by Reference (FEB 1998)



52.252-5 Authorized Deviations In Provisions (NOV 2020)



52.252-6 Authorized Deviations in Clauses (NOV 2020)







The following additional DFARS clauses cited in the clause are applicable to the acquisition:





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)



252.204-7000 Disclosure Of Information (OCT 2016)



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



252.204-7004 Antiterrorism Awareness Training for Contractors (JAN 2023)



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



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 (JAN 2023)



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 2023)



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



252.204-7020 NIST SP 800-171 DoD Assessment Requirements. (JAN 2023)



252.204-7022 Expediting Contract Closeout (MAY 2021)



252.204-7023 Reporting Requirements for Contracted Services. (JUL 2021)



252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)



252.205-7000 Provision of Information to Cooperative Agreement Holders (JUN 2023)



252.211-7003 Item Unique Identification and Valuation (JAN 2023)



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



252.215-7008 Only One Offer (DEC 2022)



252.215-7016 Notification to Offerors--Postaward Debriefings (DEC 2022)



252.219-7003 Small Business Subcontracting Plan (DOD Contracts) (DEC 2019)



252.223-7008 Prohibition of Hexavalent Chromium (June 2013)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023)



252.243-7002 Requests for Equitable Adjustment (DEC 2022)



252.244-7000 Subcontracts for Commercial Products or Commercial Services (JAN 2023)







(xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition.





(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.





(xv) DUE DATE AND SUBMISSION INFORMATION







Formatting Requirements: Submit quotes in electronic PDF or Excel format





Questions Due Date and Submission Requirements: All questions must be received before Dec 15, 2023 @0900 HRS. Hawaii Standard Time. Questions must be e-mailed to shirl.m.rivera.civ@army.mil and monica.l.napoleon.civ@army.mil and Jacob.c.kamelamela.civ@army.mil. Include RFQ# W912CN-24-R-0007 on all inquiries. Questions may be addressed at the discretion of the Government.





RFQ Due Date and Submission Requirements: This RFQ closes on Jan 2, 2024 @ 0900 HRS Hawaii Standard Time.





(xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Shirl Rivera shirl.m.rivera.civ@army.mil AND Contract Specialist Monica Napoleon monica.l.naploeon.civ@army.mil and Contracting Officer Jacob Kamelamela Jacob.c.kamelamela.civ@army.mil Reference RFQ# W912CN-24-R-0007 on all email exchanges regarding this acquisition.










Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTING 536 PALM CIRCLE DR BLDG T 122
  • FORT SHAFTER , HI 96858-5025
  • 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 >