New York Bids > Bid Detail

NY Army National Guard Emergency Spill Response BPA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159181812546404
Posted Date: May 12, 2023
Due Date: Jun 30, 2023
Solicitation No: W912PQ-23-Q-0027
Source: https://sam.gov/opp/fcc6ae616a...
Follow
NY Army National Guard Emergency Spill Response BPA
Active
Contract Opportunity
Notice ID
W912PQ-23-Q-0027
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NR USPFO ACTIVITY NY ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 12, 2023 03:11 pm EDT
  • Original Date Offers Due: Jun 30, 2023 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4235 - HAZARDOUS MATERIAL SPILL CONTAINMENT AND CLEAN-UP EQUIPMENT AND MATERIAL
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Latham , NY 12110
    USA
Description

COMBINED SYNOPSIS AND SOLICITATION W912PQ22Q0013



NOTICE TO OFFERORS



The New York Army National Guard (NYARNG) intends to issue multiple Blanket Purchase Agreements (BPAs) for Emergency Spill Response Services throughout New York State. A combined Synopsis/Solicitation will be issued and utilized to award BPA’s with multiple vendors that meet the specifications in the attached Performance Work Statement (PWS). Please reference solicitation # W912PQ22Q0013 on all correspondence.



THIS SOLICITATION IS SET ASIDE 100% FOR SMALL BUSINESS. The combined synopsis/solicitation has been prepared in accordance with the FAR subpart 12.6, 13.303 and 13.5This announcement constitutes the only solicitation; capabilities statements and deliverables are being requested and a written solicitation will not be issued. Solicitation number W912PQ22Q0013 is being issued as a Combined Synopsis/Solicitation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-06.



The North American Industry Classification System (NAICS) code is 562910 for Remediation Services and the corresponding small business size standard is $ 20.5 million.



LINE ITEMS:



CLIN 0001: Emergency Spill Response Service



BPA POP: 10 JUL 2023 – 09 JUL 2028



DUE DATES:



Questions due by: 16 JUN 2023 @ 8:00 A.M. EST



-Shall be submitted, in writing via email, to the points of contact listed below



-Responses to questions will be provided in the form of an update to the Combined Synopsis/Solicitation on Contract Opportunities.



All deliverables are due via email by: 30 JUN 2023 @ 8:00 A.M. EST



Provide proof of qualifications (to include but not limited to company qualifications)




  • 6 NYCRR Part 364 (NYS DEC) Waste transporter Permit

  • Applicable permits (transport and business permit credentials)

  • Licensing (Class A,B and C Commercial Driver’s License)

  • Certifications (training and qualifications of employees)

    • 40 HR HAZWOPER Training

    • EPA DOT Training

    • OSHA health and Safety training





-Submission shall be valid for 180 days after the submission due date



- Capabilities Statements, information worksheet, and all other deliverables referenced in the PWS shall be submitted electronically via email to the points of contact listed below



The government may re-issue the solicitation if all/any locations in the PWS are not fulfilled.



NOTICE TO OFFERORS:



Please note that a BPA is not a contract. A BPA is an agreement intended to support a streamlined method for acquiring products or services on an as needed basis from qualified sources. The intent is to eliminate the need for repetitive costly reoccurring procurements. All funded requirements issued under the terms and conditions of a BPA are referred to as ‘Calls’. The establishment of a BPA does not guarantee Calls will be made. There is no minimum guaranteed quantity. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The Government may request a site visit with any offeror to establish acceptability. A minimum of one annual review of all BPA holders will occur to ensure standards are met.



Each BPA will be valid for five years or a maximum value of $249,000.00, whichever comes first. A single BPA Call will not exceed $249,000.00 Any changes to the terms and conditions will be executed through a bilateral modification.



Funding is not assigned to the BPA. The Government will only be obligated to the extent of calls placed against an issued BPA. BPA call requests will be rotated amount BPA vendors to ensure all vendors are given an opportunity to provide support for the requirement if the pricing provided is determined fair and reasonable and in compliance with the PWS. The call will then be issued based on which BPA vendors capacity to handle the call and is willing to accept the call.



The Government reserves the right to cancel this combined synopsis/solicitation, either before or after the closing date. In the event the Government cancels this combined synopsis/solicitation, the Government has no obligation to reimburse an offeror for any costs.



In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate capabilities statements and issue a BPA without discussions with offerors. Please review FAR 52.212-1 in its entirety.



Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror shall ensure all representations and certifications are current in SAM as a condition of award.



POINTS OF CONTACT:



Primary – Rick Powell: 518.786.0399; richard.w.powell44.mil@army.mil



Alternate – Melissa Santoro: 518.786.4740; melissa.santoro2.civ@army.mil



LIST OF ATTACHMENTS:




  1. Performance Work Statement (PWS)

  2. BPA Information Worksheet

  3. NYARNG Facilities- Exhibit 4



DESCRIPTION OF REQUIREMENTS:



The NY Army National Guard is requesting capabilities statements for Emergency Spill Response Services. Please refer to the attached Performance Work Statement (PWS) for a full description of the items requested.



CAPABILITIES STATEMENT PREPARATION INSTRUCTIONS:



To ensure timely and equitable evaluation of capabilities statements, offerors shall adhere to the following instructions in preparing their capabilities statements. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offeror being ineligible for receipt of a BPA.



Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.



CAPABILITIES STATMENT SIZE:



Capabilities statements shall be submitted electronically and must include company letterhead. The email attachment limit is 6 documents with a total size limit of 30 MBs. The text size shall be no less than Times New Roman 10 point. Use at least 1- inch margins on all sides of each page. Pages shall be numbered sequentially. Capabilities shall not exceed 10 pages in length. Fewer pages are preferable but must address all the information listed below. No paper copies will be accepted, only email responses to the solicitation sent to Richard.w.powell44.mil@army.mil.



TABLES, CHARTS, GRAPHS, AND FIGURES Legible tables, charts, graphs, and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 11 by 17 inches in size when printed. F For tables, charts, graphs and figures, the text shall be no smaller than 8 point.



The following must be included in the capabilities statement:



Ability to meet ALL criteria of the PWS and Emergency Spill Response requirements.



Information about the timeliness and quality of services that will be provided.



How will quality issues and delayed response time be dealt with and how will complaints be handed. Including timeline for rectification.



Information Worksheet: minimum and maximum quantities able to be serviced, quote response time, and mobilization response time. (Submit one information worksheet per service region location you can support)



EVALUATION CRITERIA:



Basis of award is best value. BPA(s) will be awarded based on the best value to the government. The below evaluation factors will be utilized for evaluation of capabilities statements.



EVALUATION FACTORS:



Evaluation Factor 1 – Capabilities Statement



The offeror shall clearly identify all criteria listed above in their capabilities statement and information worksheet(s). All emergency spill response standards must be compliant with the requirements set forth in the PWS. Technical compliance will be rated as either acceptable or unacceptable based on the demonstrated adherence to the requirements in the PWS.



Evaluation Factor 2- Past Performance



Past Performance: The NYARNG- P&C will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating. Past Performance will be rated as either, Acceptable or Unacceptable.



*Note: An evaluation will be conducted against the evaluation criteria and the offerors capabilities statement(s), and a BPA award will be based on the capabilities statement that represents the best value to the Government given the outcome of the evaluation of capabilities statements against the evaluation criteria. Failure to meet a technical requirement may result in an offer being removed from consideration. The government intends on awarding BPA’s until all locations have an acceptable number of BPA’s in place.



PRICING. The Government intends on sending a request for quote for each call/order where pricing and availability is verified. All Call prices are firm fixed price and shall not include tax, as Government’s procurements are tax exempt. All payment will be made via Wide Area Workflow (https://piee.eb.mil/) and or Government Purchase Card (GPC). Each order/call will specify how to invoice.



AUTHORIZED INDIVIDUALS. Upon acceptance of this BPA by the Contracting Officer, you will be required to furnish services when requested by the following authorized individuals (which may be modified by subsequent official notice):



Contracting Officers:



Melissa Santoro, 518-786-4740



Hemwatie Ramasami, 518-786-4640



Rick Powell, 518-786-0399



Andrew Emrich 518-786-4739



Ashley Pace 518-786-4460



Contract Specialist:



Meghan Sheridan 518-786-4746



Johanna Gorman 518-786-4461



All vendors are cautioned that they are not to accept task orders from any individual that is not listed and obligated call/order must be signed by a Contracting Officer within the USPFO-NY or National Guard. If this condition is not complied with, the Government is not obligated to make payment.



NOTE: If there are changes to the above authorized individuals, a new list will be provided.



PAYMENT/INVOICE INFORMATION: All payments will be made by Wide Area Workflow (WAWF) and or Government Purchase Card (GPC). Each order/call will specify how to invoice. See clause DFARS 252.232-7006 contained herein. All task orders placed against this BPA will be funded individually.



Solicitation Clauses and Provisions (See attached).



Information Worksheed Emergency Spill Response BPA (See attached).



Wage Determination (See attached)



NYARNG Facilities- Exhibit 4 (See attached)



PWS and PRS Emergency Spill Response BPA (See attached)




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR NYARNG DO NOT DELETE MNPF PC 330 OLD NISKAYUNA ROAD
  • LATHAM , NY 12110-2224
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 12, 2023 03:11 pm EDTCombined Synopsis/Solicitation (Original)

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 >