SOLICITATION NOTICE
W -- U.S. CBP, USBP Tucson Sector Portable Restrooms & Handwash Station Services
- Notice Date
- 3/26/2025 1:53:28 PM
- Notice Type
- Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
- ZIP Code
- 20229
- Solicitation Number
- 70B03C25Q00000164
- Response Due
- 4/5/2025 10:00:00 AM
- Archive Date
- 04/20/2025
- Point of Contact
- Christopher J. Shaw
- E-Mail Address
-
christopher.j.shaw@cbp.dhs.gov
(christopher.j.shaw@cbp.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 0001 - The purpose of this amendment is to provide questions & answers, revise solicitaiton and provisions, and verify that the due date is 5 April 2025. The period of performance is for 6 months, from 18 April 2025 to 18 October 2025. (1) This is a solicitation for commercial items prepared in accordance with the format in subpart 12.2 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) This solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The associated North American Industrial Classification System (NAICS) code for this procurement is Primary 562991 Septic Tank and Related Services (3) This procurement shall be Open Market, Small Business Set-Aside. All qualified, responsible sources may submit a quote that shall be considered by the agency. Offerors are advised that they are responsible for obtaining amendments. The resulting award will be 1 year Purchase Order, to the offeror who provides the Lowest Price Technical Acceptable to the Government in compliance with the provided Statement of Work (SOW). Quoters must be must demonstrated capabilities in relation to the requirement as set forth in the Statement of Work (SOW) and this RFQ. The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, or unreasonable will not be considered for award. (4) The quoters must be able to provide services at all locations listed in the SOW. (5) The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Firm Fixed Price Purchase Order for the procurement of Portable Toilets and Maintenance Services. It is required that all contractors submitting a quote in accordance with attached SOW demonstrating they can fulfill stated requirements. (6) The purpose of this procurement action is to procure the above Services on an as-needed with a responsible contractor. The current requirement is outlined in the SOW; however, this number may fluctuate depending on the requirements of the work, and the quantity of equipment may increase or decrease over the duration of the service period. Please see attached SOW for details of the requirement. (7) ) Contractors must provide: � company point of contact, � company address, � SAM�s UEI number, � phone number, � and email address. � Contractors must complete and sign Blocks 13, 14, 15, and 16 on page one (1) of this SF 18 form (RFQ Packet). In addition, contractors must include in their RFQ Packet the following: � Any acknowledgement of any modifications or amendments. � Price Quote Form (PQF). � Capability Statement in accordance with the SOW, this RFQ and detailed cost associated with any subcontractor if utilized. To be considered price must be provided for each service location. Quote packets that are incomplete, unsigned, or late will not be considered. (8) The vendor selected for award MUST be currently registered in System for Award Management (SAM) at https://www.sam.gov/SAM/ and submit invoices as defined by Federal Acquisitions Regulations (FAR) 2.101 as a condition of the contract. No award can be made to a vendor not registered in SAM. (9) Questions: Questions shall be submitted through email to the Contract Specialist/Contracting Officer no later than 24 March 2025 at 10 am. Pacific Time. No phone calls will be accepted. The electronic submission should be titled: RFQ 70B03C25Q00000164 Tucson Sector Portable Restrooms sent via email to christopher.j.shaw@cbp.dhs.gov. (9) Note: Intended Period of performance shall be a 04/18/2025 - 10/18/2025 *Actual period of performance dates shall be outlined at award. (10) Type of Contract/Order: The award will be a Firm-Fixed Price (FFP) Purchase Order. (11) The Service Contract Act (SCA) Wage Determination (WD) are applicable to this requirement. (12) Attachments Packet: 1. Statement of Work (SOW) 2. Price Quote Form (PQF) 3. Wage Determination (WD) King, Snohomish County System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Components shall not consider or use these representations. Contracting officers will not consider the following representations when making award decisions or enforce requirements: Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services; Paragraphs (b)(33), (b)(34), (e)(1)(ix), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply; Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services; and Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b38d755455ec4a8ca83a5a71392049de/view)
- Place of Performance
- Address: Tucson, AZ 85711, USA
- Zip Code: 85711
- Country: USA
- Zip Code: 85711
- Record
- SN07386502-F 20250328/250326230052 (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 |