SOLICITATION NOTICE
W -- PORTABLE TOILET RENTAL & SERVICE - SOW & PRICING FORMAT
- Notice Date
- 8/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3E30141AQ01
- Archive Date
- 9/20/2010
- Point of Contact
- Elizabeth A Billham, Phone: 843-963-5182, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil
(libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is Exhibit A which is part of the Statement of Work. It shows locations, number and type of toilets and the cleaning frequency required for each location. This is the Statement of Work. It also includes the pricing Format that will be used to submit your quote. (i) 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. FAR 13.5 also applies. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E30141AQ01 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation/synopsis and will be used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, Effective 2 Aug 2010. (iv) This acquisition is 100% set-aside for small business. The associated NAICS code is 562991 with a $7 million size standard. (v) Contractors shall submit a quote for Rental and Servicing of Portable Toilets for Joint Base Charleston (JB CHS) located on Charleston AFB and Naval Weapons Station Charleston. All responsible sources may submit a quote, which shall be considered. The format to submit the quote is part of the Statement of Work and is posted with this solicitation. (vi) The base performance period is one 1 October 2010 thru 30 September 2011; 1st option is 1 Oct 2011 thru 30 Sep 2012; 2nd option is 1 Oct 2012 thru 30 Sep 2013; 3rd option is 1 Oct 2013 thru 30 Sep 2014 and 4th option is 1 Oct 2014 thru 30 Sep 2015. The contractor shall provide all personnel, equipment, tools, supplies, materials, transportation and perform all operations necessary to supply, service and relocate portable toilets under this contract. Provide regular service (see CLIN 0001, Regular Service ) to include delivery to site locations, set-up for operation, periodic service cleaning and subsequent removal from location to another location for Joint Base Charleston (JB CHS). The contractor shall repair the respective sites to ensure that units are stabilized and readily accessible. Portable toilets site locations and cleaning frequencies are stated on Exhibit A. Cleaning shall also include any minor repairs and parts discovered at time of servicing the unit. All portable toilets are to be graffiti-free and constructed of the heavy-duty type fiberglass to prevent being blown over. Provide toilets for periodic special events (see CLIN 0002, Special Events ). A Special Event requirement shall consist of 6 each regular portable toilets and 2 each handicap toilets and 2 each hand wash stations to include one cleaning per unit during the event. There number of special events shall not exceed six various special events per year for JB CHS. The Contracting Officer will notify the contractor of the event and when to deliver units to assigned location. All units shall be delivered one weekday prior to the event and picked up no later than the next weekday after the event. The QA will be the Point of Contact for delivery and pickup of units for all Special Events. If additional units are required above this set amount, additional units may be added but will be priced by the individual unit price annotated on the Schedule B for the appropriate performance period. The contractor shall provide all labor and supplies necessary to secure the portable toilets in the event of a natural disaster. (i.e. Hurricane). FAR 52.232-18: Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose 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 in the following relative order of importance: 1. Past Performance. 2. Technical capability of the item offered to meet the Government requirement. Technical and performance factors, when combined, are significantly more important than price. 3. Price- The Government will evaluate offers for award purposes or the total price for the requirement. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevent" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevent" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4 Contract Terms and Condition-Commercial Items • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21 -Prohibition Of Segregated Facilities • FAR 52.222-26 Equal Opportunity • FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era • FAR 52.222-36 Affirmative Action for Workers With Disabilities; • FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era • FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xi) The following additional clauses are applicable to this procurement. • FAR 52.204-7, Central Contract Registration • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services. 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. • FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 MONTHS. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473 (Rev 12) dtd 6/15/2010. • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 31364 Truck Driver, Trailer WG-8 $19.45 + 32.45% Fringes 11030 Cleaner, Vehicle WG-2 $12.80 + 32.45% Fringes • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.223-11, Ozone-Depleting Substances • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.228-5, Insurance-Work on a Government Installation • FAR 52.253-1, Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests (Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of Payment Request. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (OSDs) • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • AFFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (xii) Defense Priorities and Allocation System: Not Applicable. (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 31 August 2010 no later than 4:30 PM Eastern Standard time. Requests should be marked with solicitation number F1M3E30141AQ01. (xiv) Address questions to Libby Billham, Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email libby.billham@charleston.af.mil or Jacqueline Brown Contracting Officer, Phone (843) 963-5758, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E30141AQ01/listing.html)
- Place of Performance
- Address: Charleston AFB and Charleston Naval Weapons Station, Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02245099-W 20100820/100818235202-f17c36685d6ec063985403f225ac3b3f (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 |