SOLICITATION NOTICE
W -- FY19 Latrines for MDA
- Notice Date
- 11/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- 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
- N4019219Q7023
- Response Due
- 11/13/2018
- Archive Date
- 12/11/2018
- Point of Contact
- JoAnnelle Nededog-Flores (671) 366-4945
- Small Business Set-Aside
- Total Small Business
- Description
- DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 DATE: 09 November 2018 I.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12 and the procedures of FAR Part 13 will be used in this particular acquisition, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotation are being requested and a written solicitation will not be issued. II.This solicitation is issued as a Request for Quotation (RFQ), solicitation number N40192-19-Q-7023 Rental Service for Latrine Trailers to Andersen AFB for MDA. III.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-101 effective dated 26 Oct 2018. IV.This acquisition is 100% set aside for Small Businesses. The North American Industrial Classification System (NAICS) code is 562991 and the small business size standard is $7.5 million. V.Potential vendors are to submit a quote on the following Contract Line Item: The government intends to award a firm-fixed price purchase order for the following contract line item description, quantity and unit of issue: CLINDescriptionQtyUnit of IssueUnit PriceTotal Amount 0001Latrine Trailer with (2 Female / 6 Male Porta Toilets) POP: 14 November-14 December 20181EA 00033X a Week Cleaning1Wk 0004Replenish Supplies Every 2 Days1 Wk TOTAL All requirements must be met as stated in Attachment 1, Specifications . VI. FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 2018) is included in this solicitation. Refer to Attachment 2 for full text. VII. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014). Refer to Attachment 2 for full text. VIII. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2018) is included in this solicitation. IMPORTANT: Vendors must include a completed copy of this provision with its quote. Refer to Attachment 2 for full text. IX. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) applies to this acquisition. Refer to Attachment 2 for full text. Addenda to FAR 52.212-4 are the following additional provisions and clauses: 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 DFARS (NOV 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 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); X. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2018) applies to this acquisition. Refer to Attachment 2 for full text. XI. 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. All quotes 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 care of will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. Submit quotes via email to JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. Submittal of multiple quotes will not be accepted. Responses to this RFQ must be received via e-mail no later than 12:00 hours (P.M.) on 13 November 2018 (Chamorro Standard Time). 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. No Pre-Performance Inquires will be entertained as this commercial requirement is urgent and will be awarded to the lowest priced, technically acceptable vendor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019219Q7023/listing.html)
- Place of Performance
- Address: Andersen Air Force Base, Yigo, Guam
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN05146997-W 20181110/181108230553-502e25e259db22cc536267adb5f63950 (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 |