SOLICITATION NOTICE
S -- Portable Latrine Rental Location: Pinyon Canyon, Colorado Required Dates: 5 Feberuary - 24 February 2008
- Notice Date
- 1/16/2008
- Notice Type
- Solicitation Notice
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ08TLH0006
- Response Due
- 1/25/2008
- Archive Date
- 3/25/2008
- Point of Contact
- LaChiana Hamilton, (719)526-2338
- E-Mail Address
-
Email your questions to ACA, Fort Carson
(lachiana.hamilton@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SUBJECT: Portable Latrine Rental COMBINED SYNOPSIS/SOLICITATION Opens: 01-08-16; Closes: 01-25-08 MAJ LaChiana A. Hamilton, Contract Administrator, US Army Contra cting, lachiana.hamilton@us.army.mil This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Thi s announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-LH0006 in accordance with FAR Parts 1 2 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular (FAC) 2005-18 effective July 5, 2007. The North American Industrial classification System (NAICS) number is 562991 and the business size standard is $6.5M. The proposed acquisition is a Service Disabled Veteran Owned Other Small Business set aside. Line Item Description: CLIN 0001: 100 each Portable Chemical Latrines and 25 each Handicap portable chemical latr ines. Latrines shall be emplaced a determined grid locations at Pinyon Canyon, Colorado (training location). Grid coordinates shall be provided to the contractor NLT 4 February, 2008. Portable latrines shall be positioned NLT 8:00 P.M. on 5 February, 20 08 and picked up after 8:00 P.M. on 24 February, 2008. Each portable latrine shall be cleaned daily and affixed with chemical solution and adequate toilet paper. CLIN 0002: Additional portable latrines, provided upon request, 20 each portable c hemical latrine (to be billed only if required, however, daily rental per latrine shall be included in the price quotation). CLIN 0003: Daily cleaning charge for additional portable chemical latrines. Price quote shall be per unit. C LIN 0004: Movement charge for additional units. Price quote shall be per unit. This product must comply with the Buy American act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be made in the USA. FAR 252.222-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on compan y letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation amendments (if any), warranty information, shipping/handling charges (must be specified) , FOB (destination or origin, if not specified, destination will be default). The provisions at FAR 52.212-2, Evaluation Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the resp onsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: awards will be made on the basis of technically acceptable low price. The Government intends to evaluate offers and make award without discussion; however, this does not preclude th e Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provis ions are available at http://farsite.hill.af.mil. FAR 52-212-4 Contract Terms and Conditions Commercial Items. FAR 52.219-8 Utilization of Small Business Concern. The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated; 52-219-6, Notice of Total Small business Set-Aside (June 2003), 52.222-3, Convict Labor (June 2003) (E.O 1 1246), 52-222-21, Prohibition of Segregated Facilities; 52.222-26, equal Opportunity; 52-232-33, Payment by electronic Funds transfer-Central Contract Registration (Oct 2003) (31 U.S.C 3332), 252.212-7001 (Dev) contract Terms and Conditions Required To Imp lement Statutes Applicable to Defense Acquisition of commercial Items, with the clauses 52.203-3, enterprises and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-28 and similar sections in subsequent DOD appropriations ac ts). Delivery Instructions: Vendor must include in the shipment all transportation documents. 1. On shipments other than in bulk, the number of packages in the shipment shall be physically marked with the Purchase/Contract Number. <B R>2. Use a bill of lading/packing list for all shipments. Shipment(s) must contain a Packing List or Inventory Listing describing, quantity, unit of measure of the items delivered. Vendor must identify what is being shipped. (i.e. number of packages) <BR > 3. The vendor shall provide inside the shipment container(s) a copy of the invoice for this contract/order. Invoices shall contain the information identified in FAR Clause 52.212-4 Para (g). Invoices shall contain: a. Name and address of th e Contractor b. Invoice date and number c. Purchase/Contract number, purchase/contract line item number. d. Description, quantity, unit of measure, unit price and extended price of the items delivered. e. Shipping number and date of shipmen t including the bill of lading number and weight of shipment if shipped on Government bill of lading. Payment Instructions: Before payment can be authorized, Invoices and Receiving Reports, DD-250, need to be submitted to: DFAS Rome DFA S Vendor Pay/Rome ATTN: DFAS-BVA/RO 325 Brooks Road Rome, NY 13441-4521 1-800-553-0527 AND MAJ LaChiana Hamilton Contract Specialist U.S. Army Contracting Agency-NR 1676 Evans St. Bldg 1220 Rm 303 Fort Carson, CO 80913-519 8 Tel: DSN (691) 719-526-2338, Fax: DSN (883) 719-526-5333 email: lachiana.hamilton@us.army.mil Offers must be received NLT 1400 Mountain Standard Time, 25 January, 2008, at ACA NR, Directorate of Contracting, ATTN: SFCA NR CR, 1676 Ev ans Street, Building 1220, 3rd Floor, fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quote via e-mail to lachiana. hamilton@us.armyl.mil or fax to: MAJ LaChiana Hamilton, Contract Specialist, (719) 526-5333.
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Country: US
- Zip Code: 80913-5198
- Record
- SN01486761-W 20080118/080116224835 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |