Search Contract Opportunities

OWS, Clarifier, Sump, & Sludge Pumping Services (Amendment #1)   2

ID: 20121740-3 • Type: Synopsis Solicitation

Description

Posted: July 9, 2021, 1:04 p.m. EDT

Solicitation Number: 20121740-3 (AMENDMENT #1)

1. Amendment #1 to Solicitation #20121740-3 adds a Question and Answer (Q&A) document which is identified as Attachment 5.

2. The Q&A document addresses questions received by prospective offeror(s).

3. It is highly recommended interested parties review this added documentation.

4. All other terms and conditions identified in the solicitation remain unchanged unless expressly stated otherwise.

END OF AMENDMENT #1

__________________________________________________________________________________

1. INTRODUCTION

  • Solicitation Number: 20121740-3
  • Title: OWS, Clarifier, Sump, & Sludge Pumping Services
  • NAICS: 562998 All Other Miscellaneous Waste Management Services
  • PSC: F999 Other Environmental Services
  • Set-aside: Unrestricted, No Set Aside
  • Federal Tax Exempt ID: 72-0408780
  • Contracting instrument contemplated: Firm Fixed Price (FFUP) contract (Base Year + 4 Option Years).
  • Periods of Performance (Estimated):

Base Year: July xx, 2021 July xx, 2022

Option Year 1: July xx, 2022 July xx, 2023

Option Year 2: July xx, 2023 July xx, 2024

Option Year 3: July xx, 2024 July xx, 2025

Option Year 4: July xx, 2025 July xx, 2026

This is a combined synopsis/solicitation supporting cleaning, pumping and disposal of sludge, mud, and wastewater at seven (7) U.S. Border Patrol (USBP) locations within the San Diego Sector with complete requirements found in the attached Statement of Work.

This request for proposals is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 13.105, as supplemented by additional information included in this notice, and issued as a Request for Proposal (RFP) with provisions and clauses incorporated pursuant to Federal Acquisition Circular (FAC) 2021-03.

This announcement constitutes the only solicitation action; proposals are being requested and additional written solicitation(s) will not be issued.

This requirement utilizes no set-aside (i.e., Unrestricted). Offerors are required to identify their company's business size and certify that they hold the applicable NAICS code identified above.

Proposal Submissions must be received by the Contracting Officer, Micky L. Hallman (email: Micky.L.Hallman@cbp.dhs.gov) no later than July 14, 2021 / 5:00pm ET, in order to be included for further consideration.

Interested offerors must submit any questions concerning the solicitation directly to the CO at the email address identified above. CBP will respond to questions as quickly as possible. Questions will not be accepted a ft er July 13, 2021 / 5:00pm ET.

Subject lines of emails related to question and proposal submissions should read as follows: #20121740-3 / OWS, Clarifier, Sump, & Sludge Pumping Services.

Date/Time of receipt of question and proposal submissions will be determined by the government's email receipt time. It is the offeror's responsibility to ensure all submissions meet the requirements identified below.

2. DESCRIPTION OF REQUIREMENT

The U.S. Customs and Border Protection (CBP), Border Patrol & Air Marine Program Management Office (BPAM), Facilities Management and Engineering (FM&E) Directorate, Border Patrol Facilities and Tactical Infrastructure (BPFTI), Program Management Office (PMO) plans, delivers, sustains, and disposes of facilities and infrastructure required for U.S. Border Patrol operational support. Sludge, mud, and wastewater are to be collected at the locations identified the SOW include fuel islands, garage sumps, mud trenches and car wash oil water separators/ clarifiers. Additional services may be required within 24-hours' notice in the event of unforeseen weather conditions. The Government may, in the future include additional sites as operational needs dictate.

3. INSTRUCTIONS FOR THE PREPARATION OF PROPOSALS

After solicitation closure, CBP will conduct an evaluation of proposals(s) that have been determined to be responsive in order to make a determination of awardee and of pricing fair-and-reasonable in accordance with the Firm Fixed Price nature of this procurement action. CBP reserves the right to award a purchase order without further communication OR exchange. Therefore, each proposal submission should contain the offeror's best pricing, terms, and conditions. Proposals must be prepared in accordance with these instructions, provide all required information, and adhere to any format specified. Any required format is designed to ensure submission of information essential to the understanding and evaluation of an offeror's proposal. Failure of an offeror to comply with these instructions may be grounds for exclusion of the quotation without further consideration. Any exceptions taken with respect to the provisions and clauses within the solicitation shall be noted. For the purpose of facilitating exchange of information, for every instance where the offeror does not propose to comply with or agree to a requirement, they shall propose an alternative and describe its reasoning theretofore.

Pursuant to applicable regulations and guidelines, this solicitation requires offeror registration within the System for Award Management (SAM) prior to submission of proposals. Registration information can be found at https://sam.gov/SAM/.

Due to restrictions on the size of emails that can be received, ensure that all emails submitted are less than 15MB. If a proposal submission exceeds 15MB, please separate the submission into multiple emails and include # of # emails within the subject line. Any electronic submission determined to contain a virus will be deleted and not viewed or accepted for consideration under this solicitation.

Offeror submission emails shall include attachments that clearly indicate what is being provided. The Government reserves the right to disregard any additional non-relevant attachments without notification to any offeror.

Quotations MUST be good for 40 calendar days after close of solicitation.

Complete Terms and Conditions are located at Attachment 1 Solicitation Provisions and Clauses Document.

Technical Evaluation / Award Criteria (52.212-2 Evaluation Commercial Items (Oct 2014)) is located at Attachment 1.

Complete requirements/specifications are outlined at Attachment 2 Statement of Work Tank Pumping.

Each offeror shall include in its proposal submission a completed Pricing Matrix (or a document significantly the same as this document) which is available at Attachment 3 of this solicitation. The detailed/itemized pricing document shall include pricing for each individual year of the contracting instrument as well as a final (i.e., aggregated) cost to the government. Failure to comply with this term may result in the offeror being determined as non-responsive.

In addition to providing pricing information for this solicitation, each offeror shall provide the following NON-PRICING responses:

Technical and Management Approach (No more than 5 pages): Provide documentation indicating how offerors shall meet the requirements of the identified factors/subfactors.

Past Performance (No more than 3 pages): Offerors shall be evaluated on their recent (within the past 3 years) performance of relevant services as described in the requirements of the SOW. If available, offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients.

ATTACHMENTS

  1. Solicitation Provisions and Clauses Document
  2. Statement of Work (SOW) Tank Pumping
  3. Pricing Matrix
  4. WDOL 1996-0223, Rev50
  5. Q-A Document - Amdendment#1
Posted: July 2, 2021, 1:06 p.m. EDT

Overview

Response Deadline
July 14, 2021, 5:00 p.m. EDT Past Due
Posted
July 2, 2021, 1:06 p.m. EDT (updated: July 9, 2021, 1:04 p.m. EDT)
Set Aside
None
Place of Performance
San Diego, CA 92154 United States
Source
SAM

Current SBA Size Standard
$16.5 Million
Pricing
Fixed Price
Est. Level of Competition
High
Signs of Shaping
81% of similar contracts within the Customs and Border Protection had a set-aside.
On 7/2/21 Customs and Border Protection issued Synopsis Solicitation 20121740-3 for OWS, Clarifier, Sump, & Sludge Pumping Services (Amendment #1) due 7/14/21. The opportunity was issued full & open with NAICS 562998 and PSC F999.
Primary Contact
Name
Micky L. Hallman   Profile
Phone
(520) 991-0358
Fax
(520) 407-2810

Documents

Posted documents for Synopsis Solicitation 20121740-3

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 20121740-3

Award Notifications

Agency published notification of awards for Synopsis Solicitation 20121740-3

Contract Awards

Prime contracts awarded through Synopsis Solicitation 20121740-3

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 20121740-3

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 20121740-3

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US CUSTOMS AND BORDER PROTECTION > BORDER ENFORCEMENT CTR DIV
FPDS Organization Code
7014-BECD
Source Organization Code
100164020
Last Updated
July 29, 2021
Last Updated By
micky.l.hallman@cbp.dhs.gov
Archive Date
July 29, 2021