Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
MODIFICATION

W -- BPA Latrine & Pumping

Notice Date
2/19/2025 3:09:42 PM
 
Notice Type
Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461325Q0009
 
Response Due
3/12/2025 9:00:00 AM
 
Archive Date
03/27/2025
 
Point of Contact
Shane Yurkus, Phone: 3077734750, Arthur W. Makekau, Phone: 3077736829
 
E-Mail Address
shane.yurkus@us.af.mil, arthur.makekau@us.af.mil
(shane.yurkus@us.af.mil, arthur.makekau@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461325Q0009 Purchase Description: BPA Latrine & Pumping Services This is a Combined Synopsis/Solicitation notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement will include an attached solicitation/notice quotes are being requested. This attached solicitation number FA461325Q0009 is being issued as a Request for Quotation (RFQ) using FAR Part 12, Acquisition of Commercial Items & FAR Part 13, Simplified Acquisition Procedures. Submit only written quotations for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 effective 17 January 2025, Defense Federal Acquisition Regulation Supplement (DFARS) effective 18 December 2024, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 16 October 2024. This acquisition is being solicited as a Total Small Business set-aside. The North American Industrial Classification System (NAICS) code for this procurement is 562991 with a small business size standard of $9,000,000.00. The Defense Priorities and Allocations System (DPAS) and assigned rating is NOT applicable to this solicitation. The Government intends to award a Firm Fixed-Price Commercial Award. DESCRIPTION OF SERVICES: The contractor shall furnish all parts, materials, supplies, equipment, labor, and transportation necessary to supply portable latrines, oil/water separator and grease trap services at F.E. Warren Air Force Base (AFB) and at its associated Missile Alert Facilities (MAFs), and Missile Launch Facilities (LFs) in support of Strategic Arms Reduction Treaty (START) Inspections. LIST OF ATTACHMENTS: Attch 1 - PWS 23 Oct 2024 Attch 2 - Price List Request Attch 3 - Mission Essential Contractor Service Plan Attch 4 - Response Form Attch 5 - Combined Wage Determinations EFFECTIVE PERIOD OF BPA: This BPA is effective 1 April 2025 � 31 March 2030. PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005 OTHER INFORMATION: IAW FAR 52.204-7(a)(1), An offeror is required to be registered in the System for Award Management (SAM) when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Government-Wide Commercial Purchase Card (GPC) The method of payment for this requirement will be the Government-Wide Commercial Purchase Card. Federal Acquisition Regulation (FAR) 13.301(a) state in part that the GPC card is authorized for use in making and/or paying for purchases of supplies and services. FAR 13.001 defines the Government-wide commercial purchase card as similar in nature to a commercial credit card, issued to authorized agency personnel to use to acquire and to pay for supplies and services. QUESTIONS: Questions shall be sent by e-mail to shane.yurkus@us.af.mil and arthur.makekau@us.af.mil by Monday, March 03, 2025; by 10:00am (Mountain Daylight Time). QUOTES: Responses/quotes MUST be received no later than Wednesday, March 12, 2025; by 10:00am (Mountain Daylight Time). Forward responses by e-mail to shane.yurkus@us.af.mil and arthur.makekau@us.af.mil. Late quotes will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dacd8d9d46fd4dcabf65cc14ec11b5f7/view)
 
Place of Performance
Address: WY 82001, USA
Zip Code: 82001
Country: USA
 
Record
SN07346178-F 20250221/250219230029 (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.