Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2009 FBO #2754
SOLICITATION NOTICE

S -- Portable Toilet Cleaing and Rental

Notice Date
6/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
Portabletoiletcleaning
 
Archive Date
7/3/2009
 
Point of Contact
Nathean Stoner, Phone: 907-552-9679, Sharon D Key, Phone: 907-552-5334
 
E-Mail Address
nathean.stoner@elmendorf.af.mil, sharon.key@elmendorf.af.mil
(nathean.stoner@elmendorf.af.mil, sharon.key@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the 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 requirement, Portable Tiolet cleaning and Rental, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. This Request for Quotation is a small business set-aside. The NAICS code applicable to this solicitation is 562991. The small business size standard under this NAICS code is $7.0 Million. Requested item/description is as follows, Item 0001, Portable Tiolet cleaning and Rental. A Blanket Purchase Aggreement shall be establish following the below statement of agreement. Please include descriptive literature and/or complete specifications. Structure contract line item number(s) (CLIN) as follows: Item 0001, Portable Tiolet cleaning and Rental. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Submit quotation on company letterhead utilizing the CLIN structure above; also provide documents verifying your company's ability to meet the qualification standards stated. FAR provision 52.212-2, Evaluation Commercial Items. The following factors will be used to evaluate the offer: price and warranty. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I, or have a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.212-4, Contract Terms and Conditions- Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6 Notice of Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.219-28 is a new contract clause implemented 30 June 2007. If your CCR Registration and ORCA Reps & Certs do not include a size representation for this NAICS code, you must submit the rerepresentation at 52.219-28(g) in accordance with the instructions in the clause.Please note all offerors must submit 52.212-3(k) even if ORCA registered; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003; Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, AFFARS 5353.201-9101 Ombudsman. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 3:00 p.m., Alaska Daylight Time, on 18 June 2009. DESCRIPTION OF AGREEMENT FOR PORTABLE TOILETS 1. DUTIES AND RESPONSIBLITIES: CURRENT STATUS AS OF 21 April 09 PORTABLE TOILET PLACEMENTS UNITS/FREQUENCY TEMP PERM GOVERNMENT OWNED Bldg 3288 Post Rd 1 - Weekly X Bldg 31723 PRIME BEEF (MAD BULL) 2 - On Call X Bldg 31723 PRIME BEEF (Runway) 2 - On-Call X GREEN HOUSE located on 2nd St - Seasonal (May-Sept) 1 - Weekly X Fire Training Pit 1 - Bi-Monthly X Bldg 74435 - Radio Control Airplane 1 - Monthly X Bldg 11567 Fuel Farm #3 - near Hgr 1 Seasonal (Oct-Apr) 1 - Weekly X Bldg 18877 GATOR Radar Tower 1 - Monthly X Bldg 14416; NE of Hangar 8 Seasonal (Oct-Apr) 1 - Weekly X Bldg 15366; Fuel Farm west of Bldg 15380 Seasonal (Oct-Apr) 1 - Weekly X Bldg 5327 Storage Facility 1 - On-Call Vault toilets Green Lake Chalet Triangle Lake Hilberg Ski Area 6-Mile Creek -Munitions a. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform scheduled cleaning and pumping of portable toilets on Elmendorf AFB. Workload data below is subject to change. b. Scheduled Service: Portable toilets shall be serviced as indicated above. The contractor shall notify the Government authorized Point of Contact (POC) upon completion of services. c. Additional Calls: The contractor shall respond to additional service calls within one business day of notification. In the event that services cannot be accomplished on time, the contractor shall immediately notify the designated POC. i. Pumping of vault toilets throughout the base will be required on an emergency basis only. ii. Renting of toilets may be required during base exercises, special events, and unanticipated circumstances. iii. Provide costs for standard, handicap, portable wash stations with sanitizer, vault toilet pumping and trailer restrooms. EXTENT OF OBLIGATION: a. The Government is obligated only to the extent of authorized calls placed against the blanket purchase agreement (BPA) in accordance with the stated terms and conditions. The Government is responsible for payment of services that have been inspected and accepted by the Government. b. This BPA covers the period of 1 July 2009 - 30 June 2014. 2. PURCHASE LIMITATION: No single call issued against this Blanket Purchase Agreement shall exceed $25,000.00. The Contracting Officer is the only individual authorized to place calls in excess of $25,000. 4. INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THE BPA: The only individuals authorized to place calls against the BPA will be appointed by letter by the contracting officer. The vendor shall not accept any calls from any individual not authorized by the Contracting Officer. 5. PRICING: a. Prices to the Government shall be as low as, or lower than those charged to the Contractor's most favored customer, in addition to any discounts for prompt payment. b. A price list must be submitted to and be approved by the Contracting Officer for use on the BPA. The price list shall state the period for which the price list is effective. The minimum period a price list may be in effect is one month. Price lists shall be sent to the 3CONS/LGCA at fax 552-7557. 6. Invoices: a. Invoices for services provided under the BPA shall be faxed to 552-0926, 3CES/CEOES and contain the following information: 1. Name of supplier 2. BPA number 3. Date of service 4. Call number 5. Itemized list of services/materials furnished, if applicable 6. Quantity, unit price, and extension of each item, less applicable discounts 7. POC's name that placed the call b. The method of payment shall be using of Government Purchase Card (VISA). c. Invoices shall be submitted monthly. 7. PAYMENT: The method of payment shall be through the Government Purchase Card (VISA). List of items requiring pricing for: 1. Cleaning of Portable toilets to include standard and handicap units 2. Daily rental cost of the following: o Standard Portable Toilets o Handicap Portable Toilets o portable wash stations with sanitizer o Toilet trailer for large events with daily cleaning included 3. Empting of Vault Toilets as needed
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/Portabletoiletcleaning/listing.html)
 
Place of Performance
Address: Elmendorf AFB, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN01839721-W 20090611/090609235153-370f5c5ce824b311adc896907b76e7be (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 |
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.