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. THIS SYNOPSIS/SOLICITATION 1333MK25Q00143 CONSTITUTES A REQUEST FOR QUOTATION (RFQ) AND INCORPORATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2025-05.
THE NATIONAL OCEANIC ATMOSPHERIC ADMINISTRATION (NOAA), OFFICE OF MARINE & AVIATION OPERATIONS (OMAO), NOAA SHIP Okeanos Explorer requires Hazwaste Removal Services of approx. 1200 gal at Naval Base Guam Pier Apra Harbor, Guam. Per SON..
CLIN DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE
0001 Hazwaste Removal Services of approx. 1200 gal at Naval Base Guam Pier Apra Harbor, Guam. Per SON.
0002 additional waste removal services, garbage removal as needed while in port.
PLACE OF PERFORMANCE
NOAA SHIP OKEANOS EXPLORER
NAVAL BASE GUAM
PERIOD OF PERFORMANCE:
September 09 - September 30 2025
EACH CLIN IS INDEPENDENT FROM EACH OTHER, THEREFORE THE VENDOR SHALL CONFIRM THE DATES AND AMOUNT PRIOR TO SCCHEDULING THE PUMP OUT DATE.
**PRICES WILL BE PAID AT ACTUAL COST NOT TO EXCEED THE TOTAL AMOUNT OF THE PURCHASE ORDER. **
**ANY UNUSED FUNDS REMAINING WILL BE DE-OBLIGATED AT A LATER TIME. *
UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.
(End)
CAR 1352.215-72 Inquiries (Apr 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO CHRISTOPHER.BAKER@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00PM EST/EDT ON 9/1/2025. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(End of clause)
FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Christopher.baker@noaa.gov.
2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote and PAGE 1 of their SAM REGISTRATION.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Acknowledge any solicitation amendments (SF-30), if any.
5. For brand name requirements; Address the ability of meeting the requirements per the specifications with a detail material specification or data sheet, pictures of any requested supply item, and an Authorized OEM letter to sale, distribute or service their products.
6. Provide Copy of Liability Insurance for any services to be performed.
7. Provide at least two references for Jobs performed within the past three years that are same or similar in scope to this requirement.
8.Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021)
Offers will be evaluated based on price and the factors set forth in paragraph (a).
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following;
Technical Acceptability/Capability.
Vendors quotes shall be evaluated by the customer to confirm it is Technically acceptable based on requirements in the statement of work.
Past Performance - Quote shall include at least two references from at least two separate contracts for similar and relevant recent services within the past two years including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror’s capability to successfully perform the services listed in the Statement of Work.
The offeror is required to fill out blocks 1-4 and send the attached Past Performance Questionnaire to the references provided by the offeror in their submission. The references should complete the Past Performance Questionnaire and then email it directly to (CS/CO email) by the closing date and time of this solicitation. The Government reserves the right to consider past performance report forms received after the due date and time of the solicitation, past performance questionnaires submitted from previous solicitations, and to contact references for verification or additional information.
The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.
Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A good past performance rating provides higher confidence than a neutral or satisfactory rating.
Prime Vendor, Authorized to Dispose of waste, sewage and/or collected material
Price (Firm Fixed, to include FOB Destination).
The Government intends to award a low priced, technically acceptable, single OR multiple firm fixed-price purchase order on an all or none basis OR all or some basis with payment terms of Net 30.
The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all basis with payment terms of Net 30.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
NAM 1330-17.203(b)
(1) Modify FAR 52.212-2 Evaluation – Commercial Items, FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award, or FAR 52.217-5 Evaluation of Options, as applicable, to include the following statement:
“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 or quotations for award purposes by adding the total price for all options to the total price for the basic requirement to determine the total evaluated price. This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).”
(2) Include the following statement in all solicitations and resultant contracts and orders:
“Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.”
(End of provision)
FAR 52.217-8 Option to Extend Services (Nov 1999) (remove if supply)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days.
(End of clause)
Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.
FAR 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)
This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).
(1) Modify FAR 52.212-2 Evaluation – Commercial Items, FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award, or FAR 52.217-5 Evaluation of Options, as applicable, to include the following statement:
“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 or quotations for award purposes by adding the total price for all options to the total price for the basic requirement to determine the total evaluated price. This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).”
(2) Include the following statement in all solicitations and resultant contracts and orders:
“Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.”
THE GOVERNMENT WILL AWARD A FIRM FIXED PRICE CONTRACT BASED ON BEST VALUE TO THE GOVERNMENT: 1. AVAILABILITY (TRUCK PUMP AND DATES), 2. PRICE. OPTION CLIN WILL ALSO BE EVALUATED BASED ON THE OVERALL AVAILABILITY AND BEST PRICE***
THIS ACQUISITION IS A SMALL BUSINESS SET ASIDE UNDER NAICS CODE 562219, OTHER NONHAZARDOUS WASTE TREATMENT AND DISPOSAL THE PSC CODE IS M2AC.
PLEASE REVIEW THE ATTACHED RFQ 1333MK25Q0143, VENDOR SHALL ENSURE TO PROVIDE THE FOLLOWING INFORMATION OTHERWISE FAILURE TO PROVIDE OR MISSING DOCUMENTS MAY BE CONSIDERED AS A NON-RESPONSIVE, AND COULD BE DISQUALIFIED FROM SOLICITATION.
1. RFQ NUMBER, INCLUDING NAME, ADDRESS, TELEPHONE NUMBER, CAGE CODE AND SAM UNIQUE ENTITY IDENTIFIER (UEI).
2. PLEASE PROVIDE A DETAILED AND ITEMIZED COST TO INCLUDE THE TOTAL AMOUNT PER REQUIREMENTS PER GALLONS/ PUMP OUT PER LINE ITEM.
3. INCLUDE STATEMENT SPECIFYING THE EXTENT OF AGREEMENT WITH ALL THE TERMS, CONDITIONS, AND PROVISION INCLUDED IN THIS RFQ. QUOTES THAT REJECT THE GOVERNMENT TERMS AND CONDITIONS ON THIS SOLICITATION MAY BE EXCLUDED FROM CONSIDERATION.
4. ACKNOWLEDGEMENT OF SOLICITATION AMENDMENTS (SF-30) IF ANY.
5. PROVIDE A COPY OF YOUR VENDOR COMMERCIAL LIABILITY INSURANCE.
ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION WHICH SHALL BE CONSIDERED BY THE AGENCY. QUOTES MUST BE SUBMITTED VIA ELECTRONIC MEANS (EMAIL) NO LATER THAN September 2 2025 AT 2:00 P.M. EASTERN TIME (ED). TO CHRISTOPHER.BAKER@NOAA.GOV.
THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NONRECEIPT OF EMAIL. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST A CONFIRMATION OF THE EMAIL RECEIPT
CONTRACTORS ARE ENCOURAGED TO REGISTER WITH THE SAM.GOV VENDOR NOTIFICATION SERVICE AS WELL AS THE INTERESTED VENDORS LIST FOR THIS ACQUISITION (SEE APPLICABLE TAB WITHIN FEDBIZOPPS WHERE THIS SYNOPSIS/ SOLICITATION IS POSTED). QUOTERS MUST BE
REGISTERED IN THE SAM DATABASE TO BE CONSIDERED FOR THIS AWARD. REGISTRATION IS
FREE AND CAN BE COMPLETED ON-LINE AT HTTP:// WWW.SAM.GOV/.
FOR CLAUSES AND PROVISION PLEASE SEE ATTACHED STANDARD FORM1449 1333MK25Q0143.