SOLICITATION NOTICE
W -- To Provide Chemical Toilets and Grease Traps with service at MCAS, Yuma, Arizona 85369.
- Notice Date
- 4/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, YUMA ROICC/CODE ROPDY Marine Corps Air Station Yuma PO Box 99129/Building 731 Yuma, AZ
- ZIP Code
- 00000
- Solicitation Number
- N6247311Q4209
- Response Due
- 5/21/2011
- Archive Date
- 7/21/2011
- Point of Contact
- Linda J. Renteria 928-269-2293 Steve Tirone - 928-269-6448
- E-Mail Address
-
Linda J. Renteria
(linda.renteria@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Solicitation/Synopsis (CSS) Classification Code: W “ Lease or Rental of equipment FSC “ 4540; NAICS “ 562991; Size Standards - $7.0 million This is a combined synopsis/solicitation (CSS) for a commercial product prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Acquisition of Commercial Items, FAR Part 13 Simplified Acquisition Procedures, 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 request for Quote (RFQ) and the solicitation number N62473-11-Q-4209. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51 effective 01 April 2011 and Defense Federal Acquisition Regulations (DFARs) Change Notice current to DPN 20110419 (effective 19 Apr 2011) edition. This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) Code is 562991 “ Septic Tank and Related Services, with a size standard of $7.0 million. The Department of the Navy has a requirement for Chemical Toilets and Grease Traps at the Naval Facilities Engineering Command (NAVFAC) Southwest (SW), Resident Officer in Charge of Construction (ROICC) Office, Yuma, Arizona. The contractor shall provide all necessary labor, supervision, equipment, supplies and materials to support portable chemical toilets and grease traps service on the Marine Corps Air Station (MCAS), Yuma, Arizona. The proposed period of performance includes a base period of ten months (01 June 2011 through 31 March 12) and two (2) one-year option periods (extending to 30 April 2014, exercised at the unilateral right of the government). This requirement contains three (3) Contract Line Item Numbers (CLINs) 0001, 0003, and 0005 for the FFP (Base with 2-1 options) and includes three (3) CLINS 0002, 0004, and 0006 for IDIQ with the ELINs attached to this CSS. Award is contemplated as 100% small business set aside. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer conforms to the solicitation will be most advantageous to the government, price and other factors considered. The following factor shall be used to evaluate the offerors “ Price. The following FAR clauses and provisions are incorporated in this acquisition: (full text of clauses and provision may be accessed electronically at this website: http://farsite.hill.af.mil); 52.212-1 Instruction to Offerors “ Commercial Items (Jun 2008); 52.212-3 Offeror Representations and Certifications “ Commercial Items (Oct 2010); 52.212-4 Contract Terms and Conditions “ Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders “ Commercial Items (Apr 2011); (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items; 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.219-28 Post Award Small Business Program Representation (Apr 2009); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-18 Contractors Policy to Ban Text Messaging While Driving (Sep 2010); 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration (Oct 2003); 52.217-8 Option to Extend Services (15 days); 52.217-9 Option to Extend Terms of the Contract (60 days and 30 days); (c) The Contractor shall comply with the FAR clauses in this paragraph (c) applicable to commercial services, that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items; 52.222-41 Service Contract Act of 1965 (Nov 2007); 52.222.42 Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-43 Fair Labor Standards Act and Services Contract Act “ Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); (b) The Contractor shall comply with any clause that is checked on the following list of Defense FAR (DFARs) Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2011); 252.225-7036 Buy American Act “ Free Trade Agreements “ Balance of Payments Program (Mar 2010) (Alternate 1)(Jul 2009); 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008); 252.247-7023 Transportation of Supplies by Sea (May 2002) (Alternate iv)(May 2002); Local Clauses by reference, 5252.216-9302 Indefinite Quantity (Jun 1994); 5252.217-9301 Option to Extend the Term of the Contract “ Services (Jun 1994); 5252.232-9301 WAWF Invoicing Instructions (Mar 2009); All potential offerors are reminded that in accordance with FAR 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. Offerors may register online at http://www/ccr.gov. Additional information or postings will be posted for viewing on FedBizOpps at http://www/fob.gov through the Navy Electronic Commerce Online (NECO). NOTE: It is the responsibility of all potential offerors to monitor these sites for release of any future notices and/or release of the solicitation and amendments thereto. General inquires regarding this notice may be emailed to linda.renteria@navy.mil When emailing please note that due to increased firewall protection some emails may be blocked; therefore, follow-up via telephone (if an acknowledgment is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Arizona vendors are to include the Arizona Privilege Tax. All quotations shall be clearly marked with RFQ reference number N62473-11-Q-4209 and emailed no later than 21 May 2011 at 12:00 PM MST. A site visit is schedule for 02 May 2011 at 9:30 AM MST at the ROICC Bldg 731. (Note: All attachments to this CSS will be uploaded and made available)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711D/N6247311Q4209/listing.html)
- Place of Performance
- Address: ROICC/CODE ROPDY Marine Corps Air Station (MCAS), Yuma, AZ; PO Box 99129/Building 731 Yuma, AZ 85369-9129., Yuma, AZ
- Zip Code: 85369
- Zip Code: 85369
- Record
- SN02429896-W 20110423/110421234256-7a5ed3529e78679417f94dc3d7708ea3 (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 |