MODIFICATION
W -- Chemical Toilets - Attachment 1- Past Performance Questionnaire
- Notice Date
- 2/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-12-Q-9001
- Point of Contact
- Madelynn Whittington, , Natalie J. Rodriguez,
- E-Mail Address
-
madelynn.whittington@navsoc.socom.mil, natalie.rodriguez@navsoc.socom.mil
(madelynn.whittington@navsoc.socom.mil, natalie.rodriguez@navsoc.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1- Past Performance Questionnaire 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. The Request for Quotation (RFQ) H92240-12-Q-9001 is issued as a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 562991- Septic Tank and Related Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 (Effective on 02 FEB 2012). DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type purchase order with options; Contract Line Item Number (CLIN): BASE: CLIN 0001- Chemical Toilets (Provide 10 Chemical Toilets). Quantity: 12 Months CLIN 0002- Delivery to Location. Quantity: 1 EA OPTIONS: CLIN 1001- Chemical Toilets (Provide 10 Chemical Toilets). Quantity: 12 Months (365 Days After Receipt of Order) CLIN 2001- Chemical Toilets (Provide 10 Chemical Toilets). Quantity: 12 Months (730 Days After Receipt of Order) Additional Information: Contractor shall provide 10 chemical toilets for Niland, CA. Chemical toilets shall be delivered prior to 01 MAR 2012 and will be left in place until the end of the contract period of performance. Chemical toilets shall be stocked and maintained by vendor. Contractor shall be available for emergency call-out and services. If option is exercised, the contractor will be notified to continue service within 15 days of the prior year period of performance end date. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination and shall be delivered 3 DARO (days after receipt of order) or 01 MAR 2012 whichever is first. Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter ''whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: -Price - Past Performance (submit at least one (1) Past Performance Questionnaire (Attachment 1) with recent and relevant experience within the last two years supporting Federal/ Government). This will be a lowest priced, technically acceptable procurement. (b) Options. The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluations of options shall not obligate the Government to exercise the option (s). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who have completed ORCA should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-1 Instructions to Offerors Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Nov 2011) 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 (Jan 2012). 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) 52.223-11 Ozone Depleting Substances (May 2001) 52.242-17 Government Delay of Work (Apr 1984) 52.243-1 Changes- Fixed Price (Aug 1987) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) The following clauses incorporated in 52.212-5 are also applicable: 52.219-28 Post Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 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) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Dec 2011) 252.225-7000 Buy American Act Balance of Payments Program Certificate (Dec 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.225-7001 Buy American Act and Balance of Payments Program (Oct 2011) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Ms. Madelynn Whittington, email: madelynn.whittington@navsoc.socom.mil (Primary) and Ms. Natalie Rodriguez, email: natalie.rodriguez@navsoc.socom.mil (Alternate) no later than 28 FEB 2012 at 1000 PST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Naval Special Warfare Center N-4, 2446 Trident Way, San Diego, CA 92155-5494. Attn: Madelynn Whittington (primary), Bldg. 605, or e-mailed to: madelynn.whittington@navsoc.socom.mil and natalie.rodriguez@navsoc.socom.mil. However, email is the preferred method of submission. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 28 FEB 2012 at 1400 PST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. H92240-12-Q-9001. Quotes shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Potential quoters must monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. NSWC POC: Madelynn Whittington, madelynn.whittington@navsoc.socom.mil (Primary) and Natalie Rodriguez, natalie.rodriguez@navsoc.socom.mil (Alternate).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-12-Q-9001/listing.html)
- Place of Performance
- Address: Niland, California, 92557, United States
- Zip Code: 92557
- Zip Code: 92557
- Record
- SN02682647-W 20120226/120224235018-c391f64fc1e9b9c94e31077560312f8c (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 |