SOLICITATION NOTICE
W -- PI59 Hygiene Services (Shower Trailers, Portable Toilets, Dumpsters)
- Notice Date
- 12/3/2020 7:20:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- W7M1 USPFO ACTIVITY DC ARNG JOINT BASE ANACOSTIA DC 20373-5115 USA
- ZIP Code
- 20373-5115
- Solicitation Number
- W912R121Q0001
- Response Due
- 12/7/2020 2:00:00 PM
- Archive Date
- 12/22/2020
- Point of Contact
- Sharmeen Dalton, Phone: 7036016811
- E-Mail Address
-
sharmeen.j.dalton.mil@mail.mil
(sharmeen.j.dalton.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09. Request for Quote (RFQ) � District of Columbia Army National Guard (DCARNG) PI59 Hygiene Services. Solicitation W912R1-21-Q-0001 is issued as a RFQ. This requirement is being issued as a 100% small business set aside. The associated NAICS code for this acquisition is 562991. The small business size standard is $8 million. FOB Destination, location is to be determined (TBD). Description of Service � The Contractor shall provide the DCARNG with self-contained shower trailers consisting of (45) forty-five shower heads at one location; (15) fifteen shower heads at one location; (8) eight shower heads at two locations; and (4) four shower heads at one location; 100 portable toilets at one location, and two (2) 30 cubic yard dumpsters at 5 locations, which shall be delivered to place of performance �DC/Maryland/Virginia (DMV). Locations are to be determined (TBD) and will be within a 10 mile radius of �Washington DC; and be fully serviceable through 18 January 2021 � 22 January 2021. Services to be provided in accordance with the PWS, SCA wage determination, and other attached documents. Your quote shall be broken out as described below and should include any necessary backup material or documentation that may be necessary to substantiate your price to reflect the following contract line items (CLINS) format: CLIN 0001 (Shower Trailers): The Contractor shall provide the DCARNG with self-contained shower trailers; (45) forty-five shower heads at one location; (15) fifteen shower heads at one location; (8) eight shower heads at two locations; and (4) four shower heads at one location. Unit specifications and servicing in accordance with (IAW) the Performance Work Statement (PWS). �CLIN 0002 (Portable Toilets) - The Contractor shall provide the DCARNG with 100 portable toilets at one location. Units will be serviced in accordance with (IAW) the Performance Work Statement (PWS). CLIN 0003 (Dumpsters) - The Contractor shall provide the DCARNG with two (2) 30 cubic yard dumpsters at five locations. Units will be serviced in accordance with (IAW) the Performance Work Statement (PWS). CLIN 0004 (Contractor Manpower Reporting Application) - (FFP) - The Offeror shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for DC Army National Guard via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: https://www.sam.gov/ more information to be provided prior to the reporting period). Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at https://www.sam.gov/. Offerors shall submit quote on ALL CLINS using the fully burdened rate (see attached PI59 Hygiene Services Cost Proposal Template). Additionally, offerors shall round quote to the nearest dollar and cent. The Government intends to award a contract to the lowest priced technically acceptable offer. For this RFQ, technical acceptability is determined by the offerors� ability to provide the requested equipment and servicing obligations during the period of performance specified in the PWS. �� Questions must be submitted via email to sharmeen.j.dalton.mil@mail.mil and� ng.dc.dcarng.mbx.pc-requirement-request@mail.mil no later than 12:00 PM EST, Monday, 23 November 2020. RFQ number and title must be in subject line of the email. � The RFQ will close Friday, 07 December 2020, 5:00 p.m. EST. � The point of contact for this requirement is the undersigned at sharmeen.j.dalton.mil@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9564f1e25f5c471d9d9376326bd7e7e4/view)
- Place of Performance
- Address: DC, USA
- Country: USA
- Country: USA
- Record
- SN05865845-F 20201205/201203230145 (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 |