Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2003 FBO #0615
SOLICITATION NOTICE

W -- Port-a-Potties rental and servicing

Notice Date
8/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
R557523274819
 
Response Due
8/18/2003
 
Archive Date
9/17/2003
 
Point of Contact
John Middleton 619-532-2651
 
E-Mail Address
Email your questions to Click here to contact Contract Specialist
(john.middleton@navy.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a total small business set aside procurement. The Standard Industrial Code is 7359 (NAICS Code 562991) with a size standard of $6,000,000. The agency need is for Rental and Servicing of Port-a-Potties as follows: CLIN 0001: RESERVE DUTY FIELD EXERCISES (BASE YEAR) The contractor shall provide portable toilets, daily cleaning services, pumping services, and daily replenishment of a ll associated supplies to include toilet paper and hand cleaner. SUBCLIN 0001AA: Small Scale Reserves Duty Field Exercises- Four (4) port-a-potties and one (1) wash station for four (4) days- Daily Rate $_________ SUBCLIN 0001AB: Medium Scale Reserves Duty Field Exercises- Fifteen (15) port-a-potties and two (2) wash stations for five (5) days- Daily Rate $_________ SUBCLIN 0001AC: Large Scale Reserves Duty Field Exercises- Twenty (20) port-a-potties and three (3) wash stations for fourteen (14) days- Daily Rate $_________ CLIN 0002: ACTIVE DUTY FIELD EXERCISES (BASE YEAR) The contractor shall provide portable toilets, daily cleaning services, pumping services, and daily replenishment of all associated supplies to include toilet paper and hand cleaner. SUBCLIN 0002AA: Small Scale Active Duty Field Exercises- Twenty five (25) port-a-potties and two (2) wash st ations for ten (10) days- Daily Rate $_________ SUBCLIN 0002AB: Medium Scale Active Duty Field Exercises- Thirty five (35) port-a-potties and four (4) wash stations for eighteen (18) days- Daily Rate $_________ SUBCLIN 0002AC: Large Scale Active Duty Field Exercises- Fifty five (55) port-a-potties and six (6) wash stations for twenty two (22) days- Daily Rate $_________ CLIN 0003: RESERVE DUTY FIELD EXERCISES (OPTION YEAR ONE) The contractor shall provide portable toilets, daily cleaning services, pumping services, and daily replenishment of all associated supplies to include toilet paper and hand cleaner. SUBCLIN 0003AA: Small Scale Reserves Duty Field Exercises- Four (4) port-a-potties and one (1) wash station for four (4) days- Daily Rate $_________ SUBCLIN 0003AB: Medium Scale Reserves Duty Field Exercises- Fifteen (15) port-a-potties and two (2) wash s tations for five (5) days- Daily Rate $_________ SUBCLIN 0003AC: Large Scale Reserves Duty Field Exercises- Twenty (20) port-a-potties and three (3) wash stations for fourteen (14) days- Daily Rate $_________ CLIN 0004: ACTIVE DUTY FIELD EXERCISES (OPTION YEAR ONE) The contractor shall provide portable toilets, daily cleaning services, pumping services, and daily replenishment of all associated supplies to include toilet paper and hand cleaner. SUBCLIN 0004AA: Small Scale Active Duty Field Exercises- Twenty five (25) port-a-potties and two (2) wash stations for ten (10) days- Daily Rate $_________ SUBCLIN 0004AB: Medium Scale Active Duty Field Exercises- Thirty five (35) port-a-potties and four (4) wash stations for eighteen (18) days- Daily Rate $_________ SUBCLIN 0004AC: Large Scale Active Duty Field Exercises- Fifty five (55) port-a-potties and six (6) w ash stations for twenty two (22) days- Daily Rate $_________ MINIMUM AND MAXIMUM REQUIREMENTS Requirements for Reserve Units - Minimum of 3 small exercises and 3 large exercises, Maximum of 4 small exercises and 4 large exercises. Requirements for Active Units - Minimum of 4 small exercises and 4 large exercises, Maximum of 6 small exercises and 6 large exercises. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7006, Buy-American Act-Trade Agreements-Balance of Payment Program Certificate; Clause FAR 5 2.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.247-34 FOB Destination; FAR 52.243-1 Changes-Fixed Price; Clause DFAR 252.243-7001 Pricing of Contract Modifications; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Regist ration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7007 Trade Agreements-Balance of Payments Program. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to award the contract to the eligible, low-priced, responsible small business offeror best meeting the government needs. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price and in accordance with the delivery schedule. To be determined technically acceptable the Offeror must furnish product literature that demonstrates that the offeror can meet all requirements stated in the purchase descriptions and provide a statement explaining how it will meet the required delivery schedule. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining t o your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, Monday August 18, 2003 and will be accepted via FAX (619)-532-2347, Attn: John Middleton (619.532.2651) or e-mail john.middleton@navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00391553-W 20030806/030804213832 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.