SOLICITATION NOTICE
S -- Portable latrines hand washing stations, showers and washers and dryers - PWS and Wages
- Notice Date
- 3/7/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-13-T-0008
- Archive Date
- 4/24/2013
- Point of Contact
- Rebecca Fowler, Phone: 4342986206
- E-Mail Address
-
rebecca.l.fowler6.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Performance Work Statement to include Technical Exhibits This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented through FAC 2005-66, effective 28 February 2013 and additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is issued as a Small Business Set Aside under the NAICS 562991 with a small business size standard of $7M. The Virginia Army National Guard requires portable latrines, hand wash stations, showers and washers/dryers to include water, waste water removal and other related services. The resulting contract will be an indefinite delivery/indefinite quantity contract for a period of one year, with one one year option period. Actual services will be ordered by issuance of a task order(s) as requirements are needed. Technical Exhibit 1 of the attached performance word statement shall be used for pricing the solicitation. Unit prices shall be inclusive of all applicable fees. In addition, contractors shall price or annotate on their quote "not separately priced", the cost for Contractor Manpower Reporting (CMR). This is an annual requirement for the contractor and is addressed in the Performance Work Statement (PWS). A PWS for the required services is attached to this synopsis and is hereby made a part of this solicitation and will be made a part of any resulting award. The Service Contract Act (SCA) is applicable to this procurement. Therefore, Wage Determination 05-2545 is applicable to this solicitation and resulting award. The current revision, number 16, is attached to this synopsis. The wage determination in effect 10 days prior to the date quotes are due, or the last wage determination posted, whichever is later, will be applicable to the award. The following provisions and clauses are applicable to this acquisition: FAR and DFARS Provisions 52.212-1, 52.212-3 Alt I, 52.215-5, 52.217-5, 52.252-1, 52.252-5, 252.209-7999 and 252.212-7000. FAR Provision 52.212-1 is amended as follows: Pargraph (c), the period of acceptance of offers (quotes) is hereby changed to 60 calendar days. Delete paragraphs (d) Product Samples, (e) Multiple offers (quotes), (h) Multiple awards, and (k) Central Contractor Registration. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, "The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint." Award will be made to the vendor who is responsive, responsible in accordance with FAR Part 9, and offers the lowest price. Multiple awards will not be made. FAR provisions 52.212-3, including Alt I and DFARS provision 252.212-7000 shall be completed and returned with your offer. If your company information is available through the System for Award Management (SAM), so indicate in 52.212-3 and return only that portion of the provision. DFARS provision 252.209-7999 is provided as additional documentation and must be completed and returned with your offer. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. FAR Provision 52.252-5 and FAR Clause 52.252-6: the fill-in text for paragraph (b) is Defense Acquisition Regulation Supplement (DFARS) (48 CFR 2). FAR Clauses 52.204-9, 52.204-99 (Dev), 52.212-4, 52.212-5, 52.216-19, 52.216-22, 52.223-2, 52.223-3, 52.223-5, 52.237-2, 52.252-6, 52.252-2 and DFARS Clauses 252.201-7000, 252.204-7003, 252.212-7001, 252.216-7006, 252.223-7006, and 252.232-7010. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted via Wide Area Workflow (WAWF). Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6186; Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.204-10, 52.209-6, 52.217-8, 52.217-9, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33, 52.233-3, and 52.233-4. In addition, clauses relating to the Service Contract Act, 52.222-41, 52.222-42, and 52.222-43 are applicable. Fill-in information for FAR Clause 52.216-19 is as follows: (a) Minimum order: $2,500.01 (b) Maximum order: (1) $150,000.00 (2) $150,000.00 (3) Five (5) (d) One (1) Fill-in information for FAR Clause 52.216-22, paragraph (d) is May 31, 2015. Fill-in information for DFARS Clause 252.216-7006, paragraph (a) is one year from date of award, and/or option period should the option period be exercised. The following clauses included in 252.212-7001 are applicable: 252.203-7000, 252.225-7001, 252.232-7003 and 252.247-7023 Alt III. All questions shall be submitted in writing and received prior to 4:00 p.m. ET, March 20, 2013. Questions can be sent via email, rebecca.l.fowler6.civ@mail.mil or fax (434) 298-6202. Quotes are due not later than 4:00 p.m. ET, April 9, 2013. Quotes may be faxed to 434-292-6202, Attn: Becky Fowler, or emailed to rebecca.l.fowler6.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-13-T-0008/listing.html)
- Place of Performance
- Address: Fort Pickett with exact location to be cited on individual orders., Blackstone, Virginia, 23824, United States
- Zip Code: 23824
- Record
- SN03006566-W 20130309/130307234908-54750a7c9d56724048b6a5252be2c802 (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 |