Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOLICITATION NOTICE

W -- Portable Toilets; Naval Station San Diego

Notice Date
2/11/2020 11:33:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925 USA
 
ZIP Code
32925
 
Solicitation Number
FA2521-20-Q-B032
 
Response Due
2/18/2020 3:00:00 PM
 
Archive Date
03/04/2020
 
Point of Contact
Robert Beaudry, Phone: 3214949958, Jose L. Plasencia, Phone: 3214944394
 
E-Mail Address
robert.beaudry@us.af.mil, jose.plasencia.2@us.af.mil
(robert.beaudry@us.af.mil, jose.plasencia.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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 FA2521-20-Q-B032 shall be used to reference any written quote provided under this Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04; Effective 15 Jan 2020. The North American Industry Classification System (NAICS) code for this project is 562991 with a size standard of $8M. The purpose of this combined synopsis and solicitation is for the recurring rental of Portable Toilet Trailers in accordance with the attached Performance Work Statement (PWS). The bid schedule and contract CLIN schedule are below: DESCRIPTION OF AGREEMENT The Contractor shall furnish services as described below: 1. SERVICES/SUPPLIES TO BE FURNISHED: Non-Personal, Commercial Services. Contractor shall provide lockable portable restrooms, associated support services and consumable items to two separate locations on Naval Base San Diego, as specified in the attached Performance Work Statement (PWS). Note: Contractor shall be licensed and able to operate and conform to exact performance requirements/specifications as identified in the PWS. 2. EXTENT OF OBLIGATION: The Government is only obligated to the extent of calls actually placed against this BPA by authorized personnel (List to be provided after award). 3. PRICING: Pricing will be listed on an approved price list which states the effective period of prices and an expiration date. Prices quoted to the Government shall be as low as or lower than those charged your most favored customer for similar services under similar terms and conditions, in addition to any trade discounts or prompt payment discount being provided. Price List provided shall cover the following two line items: (Quotes submitted must provide pricing on the two items below) a. Portable Toilet Trailer Services. All work to be performed IAW PWS dated . Price includes delivery, installation, supplies, cleaning, maintenance including replenishment of supplies as needed, waste disposal, site clean-up and removal. $_________ Per Week b. Portable Toilet Trailer Services. All work to be performed IAW PWS dated . Price includes delivery, installation, supplies, cleaning, maintenance including replenishment of supplies as needed, waste disposal, site clean-up and removal. $_________ Per Month 4. PURCHASE LIMITATION: No individual call shall be placed by the Government or accepted by the Contractor that exceeds $15,000.00 without the approval of the Contracting Officer. Calls may be placed verbally, but shall be followed up by written e-mail correspondence. 5. NOTICE OF AUTHORIZED CALLERS AND DOLLAR LIMITATIONS: The Contracting Officer will give the Contractor a formal list stating the name, organization, and dollar limitations for those positions that are authorized to place calls. 6. DELIVERY TICKETS: The contractor agrees to furnish one delivery/rental tickets/invoices containing the following information for each call made against this agreement: a. Name of contractor b. BPA number c. Call number d. Name of person placing call e. Date of call f. Itemized list of services furnished g. Quantity, unit price, and extended total for each item, less any applicable discounts; h. Date(s) service was performed 7. PAYMENT: Payment will be made by Government Commercial Purchase Card under the authority of FAR 52.232-36 (May 14) 8. CANCELLATION: This agreement may be cancelled upon thirty (30) days written notice by either party. INITIAL PERIOD OF PERFORMANCE (Ordering period): 25 Feb 2020 to 24 Feb 2021 *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Oct 18) applies to this acquisition and the following addendum applies: RFQ due date: 18 Feb 20 RFQ due time: 6:00 P.M. EST Email quotes to jose.plasencia.2@us.af.mil and robert.beaudry@us.af.mil or mail to: REPLIES MUST BE SENT TO EMAILS AS STATED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. CONSIDER REQUESTING A READ/DELIVERY RECEIPT ON YOUR EMAIL. � Note: .Zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to jose.plasencia.2@us.af.mil and robert.beaudry@us.af.mil by 4:00 P.M. EST 13 Feb 20 Provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *This information is required to determine size of business for the NAICS referenced above. All companies must be registered in the System for Award Management at https://sam.gov/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoicing instructions shall be provided at time of award. A BPA is a charge account type of instrument which will permit selected activities to place orders directly with your firm or representative, using a pre-agreed upon established price list. This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. In order for this organization to establish a BPA, we request that you furnish us with a price list as referenced above. Your price list must have an effective date and an ending date. The Contracting Officer will review and approve the price list and a copy will be made part of the BPA and furnished to the using activity. This states the approved amounts that can be paid to you for services rendered. At a minimum, price lists will be reviewed and may be updated annually. A list of authorized callers, by position, will be furnished to you from time to time and only those positions listed are authorized to place calls. It is your responsibility to ensure only calls from authorized individuals are accepted. The Government is only obligated to the extent of calls actually placed against this BPA by authorized personnel. At a minimum, the authorized callers list will be reviewed and may be updated annually. If a BPA is awarded to your firm it will be prepared in accordance with the provisions of the Federal Acquisition Regulation and standard procedures contained therein will apply. *52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that� (1) It is [ �] is not [ �] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ �] is not [ �] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: 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: Price and Technical Acceptability of proposed quote to meet government requirements as stated herein, including PWS. � Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. � FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 19), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://sam.gov/SAM/at the time of Quote submittal. � FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 18), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. � Note: The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. � FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: � 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 18) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-8 Utilization of Small Business Concerns (Oct 18) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 20) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-35 Equal Opportunity for Veterans (Oct 15) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Veterans (Feb 16) 52.222-50 Combating Trafficking in Persons (Jan 19) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements (May 14) 52.222-54 Employment Eligibility Verification (Oct 15) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) � DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.225-7012 Preference for Certain Domestic Commodities (Dec 16) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 18) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (May 18) 252.232-7010 Levies on Contract Payments (Dec 06) 252-237-7003 Requirements (Dec 91) 252-237-7004 Area of Responsibility (Dec 91) 252-237-7005 Perfromance and Delivery (Dec 91) 252-237-7006 Subcontracting (Dec 91) 252-237-7007 Termination for Default (Dec 91) 252-237-7008 Group Interment (Dec 91) 252-237-7009 Permits (Dec 91) 252-237-7011 Preparation History (Dec 91) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.247-7023 Transportation of Supplies by Sea (Feb 19) � Additional FAR clauses and provisions applicable to this solicitation: 252.203-3 Gratuities (Apr 84) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) � The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Oct 19) with the following fill-in: AFICC/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. � The full text of these clauses and provisions may be assessed electronically at the website: https://www.acquisition.gov/. � NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. � Attachments: Performance Work Statement, dated: 15 Jan 20����������������������������������������������������������������������� Wage Determination, #2015-5635 Rev 12, dated: 23 Dec 19����������������������������������������������� Question and Answer Template
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa3cb2cce0d1477a981ba4b30462ddc9/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN05557735-F 20200213/200211230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.