Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2012 FBO #3814
SOLICITATION NOTICE

W -- PORTABLE TOILETS AND SEPTIC TANK RENTAL AND SERVICING AT THE JAMES RIVER RESERVE FLEET - FOG - PRICING SHEET

Notice Date
5/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA-92-Q-2012-0027
 
Archive Date
6/8/2012
 
Point of Contact
Monique R. Leake, Phone: (757) 322-5820, Melinda Simmons-Healy, Phone: (757) 322-5819
 
E-Mail Address
monique.leake@dot.gov, melinda.simmons-healy@dot.gov
(monique.leake@dot.gov, melinda.simmons-healy@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Price Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 solicitation number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective April 18, 2012. NAICS code 562991 applies. This is a small business set-aside. The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for the James River Reserve Fleet - Fleet Operations Group for the provision of 23 portable toilet rentals and servicing, and the rental/servicing of a 250 gallon septic tank. CLIN 0001 Issued for the provision of 23 portable toilet units equipped with sinks, soap dispensers, and water with paper towels for hand washing. Toilets are to be fitted with steel lifting brackets for lifting by crane onto vessels at the James River Reserve Fleet (JRRF). Weekly servicing including repairs and replacements as needed, are to be done every Wednesday or Thursday from 7:00 a.m. - 4:00 p.m. dock side at the JRRF. All invoicing is to be submitted monthly. Unless otherwise notified by the Contracting Officer, vendor is not authorized to continue rental/services beyond July 31, 2013. Rental/services without consent of the Contracting Officer does not authorize payment beyond this period. 23 each @ $________________ Extended Monthly Total = $___________________ CLIN 0002 Issued for the provision, installation, and service of a 250 gallon holding tank and hook up to the guard shack at the JRRF. Holding tank is to be pumped once a week. 1 each @ $___________________ The requested period of performance for the above service is August 1, 2012 through July 31, 2013. Service Location: James River Reserve Feet - Fleet Operations Group Fort Eustis Army Post 2606 Harrison Road Newport News, VA 23604 The following FAR, Transportation Acquisition Manual (TAM), and MARAD local provisions and clauses apply to this solicitation and are incorporated by reference. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses: Federal Acquisition Regulations (52.) https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html Transportation Acquisition Regulations (1252.) http://www.dot.gov/ost/m60/tamtar/part1252.htm U.S. Maritime Administration Provisions and Clauses (MCL) https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 52.212-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation: 52.219-28 Post-Award Small Business Program Representation 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 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.223-18 Contractor Policy to Ban Text Messaging While Driving 1252.223-73 Seat Belt Use Policies and Programs DAMAGE TO GOVERNMENT FACILITIES: Damage to any facility, interior/exterior equipment, or systems caused by the contractor, as a result of work performed under this contract, shall be repaired by the contractor at his/her own expense. The contractor shall be required to repair or replace all items and components, to return the damaged area to its condition before the damage incident. INVOICE SUBMISSION INSTRUCTIONS - MARAD The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be addressed to MARADInvoices@faa.gov, with copy to MARADSARInvoices@dot.gov Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #) (2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required. MARAD A/P SAR Invoices Branch AMZ-150 PO Box 25710 Oklahoma City, OK 73125 If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box: MARAD A/P SAR Invoices Branch AMZ-150 6500 S MacArthur Blvd. Oklahoma City, OK 73169 Responsible sources shall provide the following: Price quote which identifies the requested item(s), unit price, and extended price (see Quote Sheet, Attachment 1) Total price Prompt Payment Terms Remittance address, Tax Identification Number, DUNS number Responses to this solicitation are due May 24, 2012 at 2:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Monique.Leake@dot.gov or faxed to 757-322-5858 Attn: Monique Leake. Please reference the solicitation number on your quote. BASIS FOR AWARD Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. ATTENTION: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169 or e-mail stlpinfo@dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA-92-Q-2012-0027/listing.html)
 
Place of Performance
Address: James River Reserve Feet - Fleet Operations Group, Fort Eustis Army Post, 2606 Harrison Road, Newport News, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN02737551-W 20120504/120503000035-916e5be877f59f34661314ca833c7b8d (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.