SOLICITATION NOTICE
W -- Air Show Portable Restroom and Hand Washing Station Rental
- Notice Date
- 1/17/2025 10:26:49 AM
- Notice Type
- Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487725QA118
- Response Due
- 1/23/2025 12:00:00 PM
- Archive Date
- 02/07/2025
- Point of Contact
- Erick Ramirez Millan, Phone: 5202284967, Elisa Montoya, Phone: 5202282377
- E-Mail Address
-
erick.ramirez_millan@us.af.mil, elisa.montoya@us.af.mil
(erick.ramirez_millan@us.af.mil, elisa.montoya@us.af.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- SOLICITA TION: RFQ FA4877-25-Q-A118- Portable Restroom and Hand Washing Station Rental Service i.This is a solicitation for commercial items prepared in accordance with the format in FAR 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.Solicitation FA4877-24-Q-A118 is issued as a Request for Quotation (RFQ) iii.This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-02 effective 3 January 2025, The DFARS provisions and clauses are those effective 12/18/2024, The DAFFARS provisions and clauses are those effective 10/16/2024. iv.This procurement is being issued as a Women-Owned small business set-aside. The North American Industry Classification System Code is 562991 with a size standard of$9M average annual revenue. v.The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. vi.Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following: a.CLIN 0001 - Portable Restrooms (190 each) b.CLIN 0002 - Handicap Portable Restrooms (42 each) c.CLIN 0003 - Hand Washing Stations (42 each) d.CLIN 0004 - Servicing Restrooms and Hygiene Stations IAW PWS (1 each) e.CLIN 0005 - Delivery/ Pick-up (1 each) vii.The government will place an order with the offeror whose quote meets lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the offeror�s capability statement to meet the defined PWS of the service. viii.Important Dates/Times (All Times are Arizona Local Time)a.All questions must be submitted by 22 January 2025 12:00 PMb.All quotes must be submitted via email by 28 January 2025 12:00 PM ix.It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted in a timely manner by specified due date. x.Point of Contacts:a.Primary: SrA Erick Ramirez Millan, erick.ramirez_millan@us.af.mil, 520-228-4967b.Alternate: Elisa Montoya, elisa.montoya@us.af.mil, 520-228-2377xi.Attachmentsa.Performance Work Statementb.Provisions and Clausesc.Wage Determinations xii.52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) a.The Government will award a contract resulting from this solicitation to theresponsible offeror whose offer conforming to the solicitation will be mostadvantageous to the Government, price and other factors considered. The followingfactors shall be used to evaluate offers: (i)technical capability of the service offered to meet the Government requirement; (ii)price; The lowest priced offer will be evaluated for technical acceptability and best value tothe Government. If found technically acceptable and found to be the best valueaward will be made without further consideration. If found technically unacceptablethe government will evaluate the next lowest offer for technical acceptability untilaward can be made to the lowest priced technically acceptable offeror. PastPerformance will not be evaluated. Therefore, the offeror�s initial offer should containthe offeror�s best terms from a price and technical standpoint. However, theGovernment reserves the right to conduct discussions if later determined by theContracting Officer to be necessary. Offers that fail to furnish required representationsor information, or reject the terms and conditions of the solicitation may be excludedfrom consideration. b.Options. The Government will evaluate offers for award purposes by adding the totalprice for all options to the total price for the basic requirement. The Government maydetermine that an offer is unacceptable if the option prices are significantlyunbalanced. Evaluation of options shall not obligate the Government to exercise theoption(s). c.A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shall resultin a binding contract without further action by either party. Before the offer'sspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. xiii.5352.201-9101 ACC Ombudsman Oct 2019 a.An ombudsman has been appointed to hear and facilitate the resolution of concerns fromofferors, potential offerors, and others for this acquisition. When requested, theombudsman will maintain strict confidentiality as to the source of the concern. Theexistence of the ombudsman does not affect the authority of the program manager,contracting officer, or source selection official. Further, the ombudsman does notparticipate in the evaluation of proposals, the source selection process, or the adjudicationof protests or formal contract disputes. The ombudsman may refer the interested party toanother official who can resolve the concern. b.Before consulting with an ombudsman, interested parties must first address their concerns,issues, disagreements, and/or recommendations to the contracting officer for resolution.Consulting an ombudsman does not alter or postpone the timelines for any other processes(e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). c.If resolution cannot be made by the contracting officer, the interested party may contactthe ombudsman, Deputy Director of Contracting, AFICC /KC (OL-ACC), 114 Thompson Street,Bldg 586, Room 129, Langley AFB, VA 23665, telephone (757) 764-5372 (DSN 574-5372)email: acc. a7k1@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. d.The ombudsman has no authority to render a decision that binds the agency.Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.(End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024)(a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.(b) For the purposes of Departmet of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.](End of clause) 52.232-18 Availability of Funds (Apr 1984)Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85275ae714054c32a68969e0f2297598/view)
- Place of Performance
- Address: Tucson, AZ 85707, USA
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN07316616-F 20250119/250117230102 (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 |