Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2023 SAM #8047
SOLICITATION NOTICE

Z -- FG POWERPLANT SEWER PUMPING

Notice Date
12/7/2023 2:30:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
 
ZIP Code
84138
 
Solicitation Number
140R4024Q0012
 
Response Due
12/15/2023 12:00:00 PM
 
Archive Date
12/30/2023
 
Point of Contact
Laughbon, Lisa, Phone: 801-524-3732, Fax: 4062477338
 
E-Mail Address
llaughbon@usbr.gov
(llaughbon@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FThis 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; quotes are being requested and a written solicitation will not be issued. (ii) The Bureau of Reclamation is issuing this request for quote (RFQ) 140R4024Q0012, for the performance of Septic Pumping for Flaming Gorge Power plant in Dutch John Utah, in accordance with the provided Scope of Work (SOW). The Solicitation Number is 140R4024Q0012 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-01. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Total Small Businesses (SB) competition in accordance with 52.219-6 Notice of Total Small Business Set-Aside., under NAICS Code 562991 - Septic Tank and Related Services with a small business size standard of $9.0M. (v) Line items: CLIN 0010 12/18/2023 � 5/17/2024 Pumping of 18000-gal wastewater tank as needed. CLIN 0020 5/18/2024 � 12/17/2024 Pumping of 18000-gal wastewater tank as needed. Potential of 24 pumping within the full period of performance. Firm fixed unit pricing (vi) The acquisition is for a firm fixed unit price for a term of six month from Dec 15, 2023, until May 14, 2024 with a option to extend the contract for another 6 month May 15,2024 through Dec 14 2024. Contractor shall provide all necessary supplies, labor, materials, transportation, equipment, and facilities necessary to perform sanitary septic service and disposal of human waste materials from sanitary septic retention facilities located at various locations owned by Daggett County or the Forest service. (See the SOW for contract information) Products and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Lisa Laughbon via email at llaughbon@usbr.gov (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance a term of six month from Dec 18, 2023, until May 17, 2024 with an option to extend the contract for another 6 month May 18,2024 through Dec 17 2024. Location: Flaming Gorge Power Plant located in Dutch John Utah (45 miles NE of Vernal, Utah on Hwy 191) (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions). Any questions pertaining to this solicitation must be sent via email to llaughbon@usbr.gov on or before December 12, 2023, at 1:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about December 14, 2023. (ix) 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Past Performance and (2) Price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. 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 paying office, appropriation data, etc., which may be changed unilaterally by the Government. Addendum to 52.212-4-- 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation: https://www.acquisition.gov/far Department of the Interior Acquisition Regulation: https://www.acquisition.gov/diar (End of clause) DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The Contractor shall also submit an electronic copy of the IPP invoice to llaughbon@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of St. Louis (FRBSTL) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed one year. (End of clause) (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-53, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: 1. Scope of Work 2 DOL Wage Determination 2015-5497 rev 20 (Daggett County Utah ) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before December 15, 2023, at 1:00 pm CDT. Quotes shall be submitted electronically to llaughbon@usbr.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/71a4b3f6c2084d2d8c12262f322e04ca/view)
 
Record
SN06905610-F 20231209/231207230046 (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.