Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

85 -- Portable Toilet Lease

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-11-R-TOILET
 
Response Due
4/30/2011
 
Archive Date
6/29/2011
 
Point of Contact
Regina Belford, 575 678-1931
 
E-Mail Address
White Sands Missile Range DOC
(regina.belford@us.army.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 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. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and the Simplified Acquisition Procedures of FAR part 13, 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. Solicitation number W9124Q-11-R-Toilet is being issued as a Request for Proposals (RFP). This procurement is set-aside 100% for small business concerns. The North American Industry Classifications System (NAICS) code is 562991 and the small business size standard is $7 million. The White Sands Contracting Office, White Sands Missile Range (WSMR), NM has a requirement for the following: DESCRIPTION: Lease of portable toilets with fresh water; period of performance will be for (1) base year with (4) one year options. CLIN 0001: Portable Toilet Lease and Service: QTY: 119 each 12 Months CLIN 0002: Over and Above/Special Events DESCRIPTION: Procedures for CLIN 0002 are located in section 3.1.10 of the Performance Work Statement CLIN 0003: Contractor Manpower Reporting DESCRIPTION: Procedures for CLIN 0003 are located in section 6.14 of the Performance Work Statement CLIN 1001 Option 1: Toilet Lease and Service: QTY: 119 each 12 Months CLIN 1002 Option 1: Special Events CLIN 1003 Option 1: Contractor Manpower Reporting CLIN 2001 Option 2: Toilet Lease and Service: QTY: 119 each 12 Months CLIN 2002 Option 2: Special Events CLIN 2003 Option 2: Contractor Manpower Reporting CLIN 3001 Option 3: Toilet Lease and Service: QTY: 119 each 12 Months CLIN 3002 Option 3: Special Events CLIN 3003 Option 3: Contractor Manpower Reporting CLIN 4001 Option 4: Toilet Lease and Service: QTY: 119 each 12 Months CLIN 4002 Option 4: Special Events CLIN 4003 Option 4: Contractor Manpower Reporting Mobilization to WSMR must be complete within 10 days after receipt of awarded contract. Site visit is scheduled for 14 April 2011, at 0900 hours in building 102 White Sands Missile Range; the P.O.C. is listed below. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The evaluation criteria in paragraph (a) of this provision has been tailored to read The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Price Technically Acceptable (LPTA) to the Government. The following factors shall be used to evaluate offers: 1. Technical Approach, 2. Past Performance, 3. Price. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this acquisition. Offerors must include a completed copy of 52.212-3 with their offer. The provision at 52.252-1, Solicitation Provisions Incorporated By Reference, applies to this acquisition. The following FAR clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-7, Central Contractor Registration 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-11, American Recovery and Reinvestment Act- Reporting Requirements 52.209-6, Protecting the Government's interest when Subcontracting 52.212-1, Instructions to Offerors 52.212-2, Evaluation-Commercial items 52.212-5, Contract Terms and Conditions Required to Implement Statues Jan 2011 52.212-4, Contract Terms and Conditions - Commercial Items 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.219-6, Notice of Total Small Business set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post-Award Small Business Program Representation 52.222-35, Equal Opportunity for Veterans 52.222-37, Equal Employment for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-41, Service Contract Act Of 1965 52.222-42, Statement of Equivalent Rates For Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment 52.222-54, Employment Eligibility Verification 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated By Reference The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. It incorporates the following FAR clauses: 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action For Workers With Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration The following DFARS clauses apply to this acquisition: 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A 252.212-7000, Offeror Representations and Certifications- Commercial Items 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing Of Contract Modifications The DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. It incorporates the following DFARS clauses: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference For Certain Domestic Commodities 252.226-7001, Utilization of Indian Organization and Indian-Owned Economic Enterprises... 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies By Sea 252.232-7007, Limitation of Government's Obligation Proposals shall be submitted to the White Sands Contracting Office by 1:00PM Mountain Standard Time on 30 April 2011 to be considered for award. Offerors shall send proposals via e-mail to regina.belford@us.army.mil or mailed to: White Sands Contracting Office, Attention: Regina Belford, Bldg 143, Crozier Street, White Sands Missile Range, NM 88002-5201. The anticipated award date will be on or about 1 August 2011. The Department of Defense requires all contractors to register in the Central Contractor Registration (CCR) database to receive any contract award or payment. The CCR website is http://www.ccr.gov. All responsible sources may submit a quote which shall be considered by the Agency. Award will be made on a LPTA basis. The Government reserves the right to make multiple awards. All comments and questions regarding this solicitation shall be submitted in writing and sent to the following email address: regina.belford@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7eed6d19be1e4e146e07311c3998afa8)
 
Place of Performance
Address: MICC - White Sands Missile Range Installation Contracting Office Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02415246-W 20110403/110401234628-7eed6d19be1e4e146e07311c3998afa8 (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.