SOLICITATION NOTICE
W -- Lease or Rental of Toilets and Sinks
- Notice Date
- 8/28/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019218Q7141
- Response Due
- 9/11/2018
- Archive Date
- 9/26/2018
- Point of Contact
- Teresita U. Wall 671-366-4943
- Small Business Set-Aside
- Total Small Business
- Description
- I. 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. The procedures of FAR 13 will be used in this particular acquisition. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. II. N40192-18-Q-7141 for Task Force Talon Rental of Six (6) toilets and Six (6) sinks per month with 2x per week service is issued as a Request for Quotation. III. The solicitation document (SEE ATTACHMENT 1) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99, effective date of 16 July 2018. IV. This acquisition is a small business set-aside. The North American Industrial Classification System (NAICS) code is 562991 and the small business size standard is $7.5 Million. V. Offeror is to propose on the following Contract Line Items (COMPLETE ATTACHMENT 2): CLINDESCRIPTIONAMOUNT 0001 BASE PERIOD: The contractor shall provide all personnel, labor, material, transportation, and equipment to provide toilet (6 each) and sink rental (6 each) for Task Force Talon, Andersen Air Force Base, Guam in accordance with specifications dated 29 August 2018. 0002 FIRST OPTION YEAR: The contractor shall provide all personnel, labor, material, transportation, and equipment to provide toilet (6 each) nd sink rental (6 each) for Task Force Talon, Andersen Air Force Base, Guam in accordance with specifications dated 29 August 2018. The government intends to award a firm-fixed price contract for the following contract line item description, quantity and unit of issue in accordance with the Statement of Work, ATTACHMENT 1. VI. All requirements must be delivered in accordance with the specified delivery date and remain in place for the reference Period of Performance. If this delivery schedule cannot be met, the offeror must specify the proposed delivery schedule in the quote. Offeror must provide all the items/services specified above. Offeror that do not provide all items may be considered unacceptable. VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2017) applies to this acquisition. VIII. FAR 52.212-2, Evaluation Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1)Technical acceptability of the service offered to meet the Government requirement; (2)Price The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is found technically acceptable, the award will be made without further consideration. If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable offers. (a) Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. (b) Price: Quotes will be listed in ascending order (low to high). The price evaluation will document the reasonableness and completeness of the total evaluated price. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS-RATING DEFINITION Acceptable: Quote clearly meets the minimum requirements of the solicitation. Unacceptable: Quote does not clearly meet the minimum requirements of the solicitation. IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017) is included in this solicitation. Offerors must include a completed copy of this provision with its offer. X. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) and 52.212-4 Alternate I (Jan 2017) applies to this acquisition. No addenda to this clause. XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jul 2018), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.217-5 Evaluation of Options, (July 199) FAR 52.217-8 Option to extend Services, (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract, (Mar 2000) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Jul 2013). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755); FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (Jan 2018). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246); FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.222-41 Service Contract Labor Standards (MAY 2014) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)May 2014)(29 U.S.C. 206 and 41 U.S.C. chapter 67). FAR 52.222-50, Combating Trafficking in Persons “ System for Award Management(Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O. ™S, PROCLAMATIONS, AND STATUES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF THE TREASURY). FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management(Jul 2013) (31 U.S.C. 3332); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); Additional provisions and clauses that apply to this acquisition are: FAR 52.222-41, Service Contract Labor Standards (May 2014); FAR 52.232-18, Availability of Funds (Apr 1984); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights(SEP 2013); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2012). DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (JUN 2012) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006); DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts) (JUN 2013) (REVISED 26 JUN 2015) All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. Proposal must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. Department of Labor (DOL) Wage Determination 15-5693 (Rev.-6) dated 16 January 2018 applies to this solicitation. Submit proposal via email to Teresita U. Wall at teresita.wall@us.af.mil. A Response to this RFQ must be received via e-mail no later than 12:00 P.M. (Chamorro Standard Time (Guam Time)) on Tuesday, 11 September 2018. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor ™s responsibility to request and receive confirmation of quote receipt. Please submit any questions by e-mail to Teresita U. Wall at teresita.wall@us.af.mil for information regarding this solicitation no later than 12:00 P.M. (Chamorro Standard Time (Guam Time) Wednesday, 05 September 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019218Q7141/listing.html)
- Place of Performance
- Address: Task Force Talon
- Zip Code: Andersen Air Force Base, Guam, Yigo, Guam
- Zip Code: Andersen Air Force Base, Guam, Yigo, Guam
- Record
- SN05059003-W 20180830/180828231020-152f4a44beca7bc99a008cf9dd118180 (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 |