Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

W -- Range Portable Toilets

Notice Date
8/7/2020 11:43:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W7N0 USPFO ACTIVITY SDANG 114 SIOUX FALLS SD 57104-0264 USA
 
ZIP Code
57104-0264
 
Solicitation Number
W50S9620Q0011
 
Response Due
8/12/2020 3:00:00 PM
 
Archive Date
08/27/2020
 
Point of Contact
Gregory Johnson, Phone: 6059885431, Rebecca Dimler, Phone: 6059885933
 
E-Mail Address
gregory.johnson.51@us.af.mil, rebecca.dimler@us.af.mil
(gregory.johnson.51@us.af.mil, rebecca.dimler@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***CHANGE NOTICE 1**** Add Provision 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Add Clause 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment All other terms and conditions remain unchanged. Base Period + 4 Option Periods 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. �This announcement is being issued as a Request for Quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07.� This combined synopsis/solicitation is set-aside 100% for small business. �North American Industrial Classification Standard 334310 applies to this solicitation; business size standard is 750 employees. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the rental of Two Handicap Portable Toilets to include weekly service at 1201 West Algonquin Street, Sioux Falls, SD 57104-0264 in accordance with the Statement of Work. Period of Performance (PoP):� The Period of Performance shall be one Base Period of one year and four one year option periods.� Base PoP to begin approximately 1 September 2020 (actual date will be determined upon award).� Option periods will be annually thereafter. Contractor Manpower Reporting: �The contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract via a secure data collection site.� The contractor is required to completely fill in all the information in the format using the following web address:� https://www.sam.gov. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs 1 October � 30 September.� While inputs may be reported any time during the FY, all data shall be reported no later than 31 October of each calendar year, beginning with 2013.� Contractors may direct questions to the help desk at: https://www.sam.gov.� (https://www.acq.osd.mil/dpap/cpic/cp/docs/New_Contractor_Manpower_Memo_16_Oct_2019.pdf) Preparing and Submitting your Quote:� Offerors shall provide pricing inclusive of delivery to the South Dakota Air National Guard, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264.� These items must be delivered within 30 days after date of contract.� If you cannot meet this request, please provide your best delivery date. To facilitate the most expeditious and equitable evaluation process possible, please use the attached quote sheet for providing requested pricing information.� Your firm�s standard quote documents can also be submitted but please ensure ALL the information requested in the attached Quote Sheet is included.� Please make quotes valid for a minimum of 60 days. All questions and quotes must be directed to Gregory Johnson at: gregory.johnson.51@us.af.mil.� All questions and answers must be in writing.� Do not contact other Government personnel as this will only delay receipt of answers.� Questions must be received no later than five business days prior to the quote due date.� All questions and the answers provided will be released to all eligible offerors on a non-attribution basis.� All terms and conditions remain unchanged unless amended in writing. Delivery:� Delivery within 30 days After Date of Contract (ADC). Evaluation: �The Government plans to select a quote conforming to the solicitation which will be most advantageous to the Government. �Quotes will be evaluated using price, technical, delivery, and past performance factors.� Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. Pre-performance Meeting:� After contract award and prior to commencement of work a pre-performance meeting will be scheduled with the awardee. The selected Offeror must comply with the following Federal Acquisition Regulation Provisions and Clauses, which are incorporated herein by reference:� FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212?1, Instructions to Offerors�Commercial Items; FAR 52.212?2, Evaluation�Commercial Items; FAR 52.212?3 Alternate I, Offeror Representations and Certifications�Commercial Items; FAR 52.212?4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.219?6 DEV, Notice of Total Small Business Set�Aside; FAR 52.219-14 DEV, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222?21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225?13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging 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�System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233?3, Protest After Award; FAR 52.233?4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes � Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252?2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204?7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232?7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications, DFARS 252.244-7001, Contractor Purchasing System Administration, DFARS 252.247?7023, Transportation of Supplies by Sea.� Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afb6c1a773c544c0aa84e3a1ff4ffaa8/view)
 
Place of Performance
Address: Sioux Falls, SD 57104, USA
Zip Code: 57104
Country: USA
 
Record
SN05749392-F 20200809/200807230140 (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.