SOLICITATION NOTICE
W -- Portable Toilets - Urgent - Combined Synopsis Solicitation
- Notice Date
- 10/29/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
- ZIP Code
- 94607-4052
- Solicitation Number
- 70FBR918Q000000PT
- Archive Date
- 11/15/2017
- Point of Contact
- Andrea L. Brunsman,
- E-Mail Address
-
andrea.brunsman@fema.dhs.gov
(andrea.brunsman@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Worksheets for Solano and McClellan to be used for quotes. Text of Combined Synopsis/Solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 70FBR918Q000000PT and is issued as a request for quotes (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 - Septic Tank and Related Services which includes portable toilet renting and/or servicing with a small business standard of $7.50M. This requirement is a total small business set-aside. The Department of Homeland Security, Federal Emergency Management Agency (FEMA) requires the following items, as meet or exceed in two locations: (1) Solano County Fairgrounds and (2) McClellan Park Staging Yard. FOB destination for either (both) Places of Performance. Vendors can provide a quote for one or both locations to be considered for award. Award will be made to one vendor for both locations or two vendors, one for each location, whichever is more beneficial to the government. LOCATION 1 - Solano County Fair Ground CLIN 0001: Two (2) Americans with Disabilities Act (ADA) compatible Portable Toilets including hand sanitizer in the units with three time per week service. CLIN 0002: Two (2) Hand Washing Stations including pump out of fresh water, paper towels, soap, and extra materials left on site as needed with three times per week service. CLIN 0003: One (1) Holding Tank - 300 gallon with three times per week service. CLIN 0004: Two (2) locks for portable toilets CLIN 0005: Drop-off and Pick up of Equipment All to be installed and service at the FEMA Staging Yard located at the Solano County Fairgrounds: 900 Fairground Drive, Vallejo CA 94589. The Period of Performance will be for one (1) three-month base period with three (3) three-month option periods and then 12 one-month option periods (Estimated total contract if all options exercised is 2 years.) Base period is estimated to be November 1, 2017 - January 31, 2018. LOCATION 2 - McClellan Staging Yard CLIN 0001: Two (2) Americans with Disabilities Act (ADA) compatible Portable Toilets including hand sanitizer in the units with three time per week service. CLIN 0002: Two (2) Hand Washing Stations including pump out of fresh water, paper towels, soap, and extra materials left on site as needed with three times per week service. CLIN 0003: One (1) Holding Tank - 300 gallon with three times per week service. CLIN 0004: Two (2) locks for portable toilets CLIN 0005: Drop-off and Pick up of Equipment All to be installed and service at the FEMA Staging Yard located at: 4810 Patrol Rd, McClellan, CA 95626. The Period of Performance will be for one (1) three-month base period with three (3) three-month option periods and then 12 one-month option periods (Estimated total contract if all options exercised is 2 years.) Base period is estimated to be November 1, 2017 - January 31, 2018. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The following commercial item terms and conditions, hereby incorporated by reference, shall be complied with by the selected offeror: 1. FAR 52.212-1, Instructions to Offerors - Commercial Items 2. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected vendor shall submit a completed copy of the listed representations and certifications. 3. FAR 52.212-4, Contract Terms and Conditions - Commercial Items 4. FAR 52.212-5, Contract Terms and Conditions To Implement Statutes or Executive Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. 5. FAR 52. 226-3, Disaster or Emergency Area Representation 6. FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside 7. FAR 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area 8. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/vmfara.htm Evaluation with be conducted in accordance with FAR 13.106 and award will be made on a best value basis considering technical capability to provide the required items listed above by the date required and price. Preference will be given to vendors in the counties defined in DR-4344 in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USC 5121, et seq.). Per FAR 26.202, in order to be eligible for preference, vendors must have their primary business location in the affected counties covered by DR-4344: Butte, Lake, Mendocino, Napa, Nevada, Orange, Sonoma, Solano, and Yuba. Quotes are due on Tuesday, October 31, 2017 at 12:00 PM (noon) Pacific to be submitted by email to: Andrea.brunsman@fema.dhs.gov. Quotes must include: 1. Pricing for one or both locations per the attached pricing worksheet. 2. Certification that their primary business location is in the affected area of DR-4344. 3. DUNs number and SAM.gov registration proof. 4. Offeror Representations and Certifications - Commercial Items per FAR 52.212-3.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/70FBR918Q000000PT/listing.html)
- Place of Performance
- Address: See locations above., California, United States
- Record
- SN04725659-W 20171031/171029230046-f5079305f963e62fc0354d53cde7df93 (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 |