SOLICITATION NOTICE
W -- Portable Toilets and Sinks
- Notice Date
- 1/30/2025 4:13:29 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
- ZIP Code
- 96349-1500
- Solicitation Number
- N6264925QH007
- Response Due
- 2/2/2025 6:00:00 PM
- Archive Date
- 02/18/2025
- Point of Contact
- Jason Q. Perez, Phone: 16713395526, Rafael Eladio M. Battung, Phone: 16713395528
- E-Mail Address
-
jason.q.perez.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil
(jason.q.perez.civ@us.navy.mil, rafaeleladio.m.battung.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 0001 - This notice servces as an amendment to solicitation number N6264925QH007. The due date and time of offers is hereby extended from 31JAN25, 01:00PM JST to 03FEB25, 11:00AM JST. Additionally, this amendment includes the attachment, Attachment (c) 52.212-2 Evaluation, which was not included in the origianl solicitation. Quoters should review this document as it is now considered part of the solicitation requirements. All other terms and conditions of the remain solicitation remain unchaged. Quoters are required to acknowledge receipt of this amendment in accordance with the instructions in the solicitation. (i) This is a combined synopsis/solicitation for a commercial services requirement 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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation number is N6264925QH007 and is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 (iv) This requirement is a 100% Small Business Set-Aside. The associated NAICS code is 562991 � Septic Tank and Related Services - and the small business size standard is $9.0M. (v) The Government requires a commercial, firm-fixed price contract to provide the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) portable toilet and handwashing station services. See Attachment (1) � PWS 1_Provide Portable Toilets and Sinks for the description of the requirements. (vi) The period of performance will be as shown below Period of Performance CLIN 0001 � 10 February 2025 � 27 April 2025 CLIN 0002 � 28 April 2025 � 13 July 2025 CLIN 0003 � 14 July 2025 � 30 Sept 2025 (vii) The provision at 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. (viii) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (ix) Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. (x) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-14 Service Contract Reporting Requirements OCT 2016 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.219-6 Notice of Total Small Business Set-Aside NOV 2020 52.222-3 Convict Labor June 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-35 Equal Opportunity for Veterans JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 52.222-50 Combating Trafficking in Persons NOV 2021 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024 52.232-33 Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 The following additional clauses and provisions also apply to this requirement: Clauses: 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services NOV 2023 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services JAN 2025 52.222-1 Notice to the Government of Labor Disputes FEB 1997 52.227-1 Authorization and Consent JUN 2020 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.204-7003 Control of Government Personnel Work Product APR 1992 252.225-7048 Export-Controlled Items JUN 2013 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023 252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023 Provisions: 52.204-7 System for Award Management NOV 2024 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-17 Ownership or Control of Offeror AUG 2020 52.204-20 Predecessor of Offeror AUG 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services SEP 2023 52.212-2 Evaluation�Commercial Products and Commercial Services NOV 2021 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services MAY 2024 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I FEB 2024 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation JUN 2023 (xiii) Attachment (2) Wage Determination: Service Contract Act WD # 2015-5693 Rev 23 There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. (xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. (xv) The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than two (2) days prior to the due date and time for receipt of quotations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eaf5033934704e3e8c2d73ee6b3d5410/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN07327914-F 20250201/250130230109 (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 |