Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2016 FBO #5273
SOLICITATION NOTICE

W -- Portable toilets and hand washing stations along with cleaning and restocking services, in support of approximately 450 personal for RIMPAC 2016

Notice Date
4/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416T3098
 
Point of Contact
donna franzese 808-473-7545
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3098. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Change Notice 20160325. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.htm. The NAICS code is 562991 and the Small Business Standard is $7.5 million. This is a 100% set aside to Small Business. The NAVSUP Fleet Logistics Center, Pearl Harbor requests responses from sources capable of providing portable toilets and hand washing stations along with cleaning and restocking services, in support of approximately 450 personal for RIMPAC 2016. The requirement is listed below: CLIN 0001: Portable Toilet Units consisting of 10 toilet, sink, toilet paper dispenser and self-contained water supply and waste storage tank at Ford Island Location (exact location TBD prior to delivery with TPOC). QTY. 1 ea. CLIN 0002: Portable Toilet Units at consisting of 10 toilet, sink, toilet paper dispenser and self-contained water supply and waste storage tank at Hickam Location (exact location TBD prior to delivery with TPOC). QTY. 1 ea. CLIN 0003: Dually Restroom Trailer Units at consisting of 2 toilet, sink, toilet paper dispenser and self-contained water supply and waste storage tank at Ford Island Location (exact location TBD prior to delivery with TPOC). QTY. 1 ea. CLIN 0004: Portable Toilet Units (UNISEX) equipped with paper seat covers, toilet paper dispenser and attached hand sanitizer at Ford Island Location (exact location TBD prior to delivery with TPOC). QTY. 14 ea. CLIN 0005: Portable Toilet Units (UNISEX) equipped with paper seat covers, toilet paper dispenser and attached hand sanitizer at Hickam Location (exact location TBD prior to delivery with TPOC). QTY. 14 ea. CLIN 0006: Portable Hand washing units consisting of double stations with paper towels, and foam soap dispensers at Ford Island Location (exact location TBD prior to delivery with TPOC). QTY. 10 ea. CLIN 0007: Portable Hand washing units consisting of double stations with paper towels, and foam soap dispensers at Hickam Location (exact location TBD prior to delivery with TPOC). QTY. 10 ea. CLIN 0008: Weekly Servicing for CLINs 0001 -0007, 3 times a week to include cleaning, restocking of toilet paper, paper towels, seat covers and foam soap. The service 3 times a week is to also include pumping of the units as needed. QTY. 1 grp. Attachment 1: Performance Work Statement defines the deliverables of the service. Attachment 2: 52.212-3 Alt I Offeror Representations and Certifications Commerical items. Attachment 3: 52.204-20 Predecessor of Offeror Attachment 4: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. Attachment 5: Wage Determination Vendors shall submit a quote that details the portable toilets and weekly services that will be provided to meet the Governments requirement. Period of performance is 26 June 2016 through 5 August 2016, with delivery of units on 24 June 2016. Services are required at two locations: Ford Island and Hickam at Pearl Harbor Naval Station, Pearl Harbor, HI 96860. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation (DEC2014); 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015); 52.219-6 Notice of Total Small Business Set Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers w/ Disabilities; 52.222-41, Service Contract Act of 1965 (NOV 2007) 52.222-42, Statement of Equivalent Rates 31362, WG -7, $17.26 52.222-50, Combating Trafficking Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.222-22, Previous Contract and Compliance Reports (FEB 1999) 52.222-41, Service Contract Act of 1965 (NOV 2007) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Reps and Certs (DEC 2012) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; All quoters are reminded to include a completed copy of 52.212-3 and its Alt I with quotes. Additional contract terms and conditions applicable to this procurement are: The following DFARS provisions and clauses are applicable to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEPT 2013) 252.203-7005, Representation Relating to Compensation of Former DOD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEV 2016-O0003) Oct 2015; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV 2016-O0003) Oct 2015 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, System for Award Management; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) 252.204-7011, Alternative Line Item Structure (SEPT 2011); 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015); 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2013) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7048, Export-Controlled Items (JUN 2013); 252.232-7003, Electronic Submission of Payment Requests (JUN 2012); 252.232-7006; Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010, Levies on Contract Payments; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea (APR 2014) The Contractor must be registered in the System for Award Management (SAM) to be eligible for Department of Defense Contract awards. Lack of registration in the SAM database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.sam.gov/ for more information. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors a combination of technically acceptable low price. Questions regarding this request for quote must be submitted by 1200 noon (Hawaii Standard Time) HST on Monday, 2 May 2016. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered. Please contact Donna Franzese at 808-473-7545. This announcement will close at 10:00 AM Hawaii Standard Time (HST), on 04 May 2016. Contact Donna Franzese at 808-473-7545 or email Donna.Franzese@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. **** End of Combined Notice***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3098/listing.html)
 
Record
SN04100126-W 20160501/160429233949-96a5cc035338a481443f00c49bb7b0e1 (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.