Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

W -- RENTAL OF MOBILE LATRINES, SHOWERS, & HAND WASHING STATIONS FOR CYBERSHIELD EXERCISE

Notice Date
3/10/2020 10:42:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP20R0016
 
Response Due
3/25/2020 11:00:00 AM
 
Archive Date
04/09/2020
 
Point of Contact
William T. Brown, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@mail.mil
(william.t.brown68.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP20R0016 AGENCY/OFFICE:� Utah Army National Guard / USPFO DELIVERY LOCATION:� Utah Army National Guard / Camp Williams 17800 S Camp Williams Rd Bluffdale, UT 84065 SUBJECT:� Rental of Mobile Latrines, Showers, and Hand Washing Stations for CyberShield Exercise RESPONSE DUE DATE:� 12:00 PM MST 25 March 2020 CONTRACTING POC:� William (Billy) T. Brown III Email:� William.t.brown68.civ@mail.mil�� Phone:� 8014324273 DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A CASCADING SMALL BUSINESS (SB) SET-ASIDE, WITH PRECENDENCE TO SMALL BUSINESSES FIRST*** The Utah National Guard is soliciting a requirement for RENTAL OF MOBILE SHOWERS, LATRINES, and HAND WASHING STATIONS under combined synopsis/solicitation W911YP20R0015 and is being issued for Request for Quotations (RFQ).� This requirement is being solicited as a Cascading Small Business set-aside under NAICS code 562991 �Septic Tank and Related Services� which has a Small Business Size Standard of $7.5 million (www.sba.gov).� FOR VENDOR�S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.� Wholesaler NAICS codes will not be accepted.� Period of Performance is 22 APR 2020 to 11 MAY 2020 at Camp Williams, UT.� This award should be able to be filled by a single vendor. STATEMENT OF WORK This Statement of Work outlines all information pertinent to securing contracted services for Cyber Shield 2020 in April 2020, on Camp Williams, UT in the vicinity (IVO) of Building 4100.� Period of performance for this requirement is 22 APR 2020 to 11 MAY 2020. SCOPE OF WORK: 1. One (1) 16 shower-head trailer to be delivered 22 APR 2020 IVO Building 4100 on Camp Williams, UT. a. The showers will be picked-up, hauled away and emptied by the contractor at the end of the service contract on 11 MAY 2020. b. The contractor provides all vehicles, moving assets, equipment, drivers, and support personnel to both deliver, and legally haul away the shower trailers. c. The contractor will service the shower trailers weekly by refilling the fresh water tank and emptying the grey water tank. The contractor incurs all costs involved with emptying the trailer. d. The contractor will provide fresh water tanks with a minimum capacity of 3,000 gallons for the shower trailer and grey water tanks with a minimum capacity of 3,000 gallons. e. The shower trailers will have an on demand pressurization pump, all fluid transfer lines, clamps, and installation hardware needed for connection of the on demand pressure pump to the fresh water supply tank as required for pressurized water supply to showers. f. The shower trailer will have a water heating system. 2. Twelve (12) portable latrines and three (3) hand washing stations to be delivered 22 APR 2020 IVO Building 4100 on Camp Williams, UT. a. The latrines and hand washing stations will be picked-up, hauled away, and emptied by the contractor at the end of the service contract on 11 MAY 2020. b. Cyber Shield personnel will provide paper towels, soap, and water for the hand washing stations. b. Cyber Shield personnel will provide toilet paper for the portable latrines. c. The contractor will provide three (3) weekly services for the three (3) week exercise to the portable latrines and be available to respond to a request for earlier service due to a surge in latrine usage. d. The contractor provides:� all vehicles, moving assets, equipment, drivers, and support personnel to both deliver, set-up, take down, and removal of the portable latrines. LOCATION OF WORK: All equipment will be delivered to 17800 S Camp Williams Rd Bldg 4100 Bluffdale, UT 84065. DELIVERABLE SCHEDULE: 1. All contracted equipment will be delivered and set-up on 22 APR 2020, NLT 1800 hrs. 2. All contracted equipment will be in use through 10 MAY 2020. 3. All contracted equipment will be taken down and picked-up by the contractor NLT 11 MAY 2020 1600 hrs. SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. CONTRACT TYPE / EVALUATION CRITERIA:� The contract type for this procurement will be firm-fixed price.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.� SAM REGISTRATION:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.� All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. PROPOSALS:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 12:00 pm (Mountain) 25 March 2020.� All submissions should be sent via email to:� william.t.brown68.civ@mail.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered. PROVISIONS & CLAUSES:� The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.204-7 - Central Contractor Registration FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. �This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. �Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/efcb71e2f9734d81bc99d4e476f5f72a/view)
 
Place of Performance
Address: Riverton, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN05584397-F 20200312/200310230155 (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.