Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2015 FBO #5025
SOLICITATION NOTICE

S -- Portable Toilet Rental and Service Joint Base Charleston - RFQ/ Pricing Worksheet

Notice Date
8/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E35195AW01
 
Archive Date
9/24/2015
 
Point of Contact
Daniel C. Tureac, Phone: 8439633304, Melissa Adams, Phone: 843-963-5159
 
E-Mail Address
daniel.tureac@us.af.mil, Melissa.Adams.21@us.af.mil
(daniel.tureac@us.af.mil, Melissa.Adams.21@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ/ Pricing Worksheet for Base Year and 4 Option Years COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This 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. FAR 13.5 also applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E35195AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, Dated 08/03/2015. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 562991 with a $7.5 million size standard. (v) Contractors shall submit a quote for Portable Toilet Rental and Services to include but not limited to: provide labor, supervision, equipment, tools, supplies, materials and transportation necessary to deliver, set-up, relocate, and perform weekly servicing of standard portable restrooms and Americans with Disabilities Act (ADA) compliant portable restrooms as identified in Appendix A of the attached Performance Work Statement (Attachment #1). Portable restroooms will be located on Joint Base Charleston (JB CHS) locations in North Charleston, Goose Creek, and Short Stay Recreational Facility, Moncks Corner, South Carolina. All responsible sources may submit a quotation, utilizing the RFQ FORM Attachment # 2. (vi) F1M3E35195AW01 Portable Toilet Rental and Services on Joint Base Charleston South Carolina (Performance Work Statement, Attachment # 1). (vii) This contract will be for a base year with four 1-year option periods. Base performance period is 1 Oct 2015 - 30 Sep 2016; 1st option year is 1 Oct 2016 - 30 Sept 2017; 2nd option year 1 Oct 2017 - 30 Sep 2018; third option year 1 Oct 2018 - 30 Sep 2019, and; fourth option year 1 Oct 2019 - 30 Sep 2020. The CLINs for this request will be Firm Fixed Price (0001, 1001, 2001,3001,4001) for regular weekly service as identified in Appendix A of the PWS; Not To Exceed (NTE) CLINs for Special Events (0002, 1002, 2002, 3002, 4002) NTE 6 Special Events per Fiscal Year; additional CLINs will be added on an "as needed" basis for additional equipment. The contractor will be paid only for services rendered. Any excess funds remaining will be removed by modification at the end of the performance period. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Past Performance 2. Price. Past performance and price, when combined, are equal. Offerors shall provide 3-5 references of your most recent projects. Contractors pricing will be evaluated on total price. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov. (xi) FAR 52.212-4 Contract Terms and Condition--Commercial Items; applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item (DEVIATION), applies to this acquisition. •· FAR 52.211-17, Delivery of Excess Quantities •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: •· FAR 52.222-21, Prohibition Of Segregated Facilities •· FAR 52.222-22, Previous Contracts and Compliance Reports •· FAR 52.222-26, Equal Opportunity •· FAR 52.222-35, Equal Opportunity for Veterans •· FAR 52.222-36, Affirmative Action for Workers With Disabilities •· FAR 52.222-37, Employment Reports On Veterans •· FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. •· FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. •· FAR 52.204-7, System for Award Management •· FAR 52.217-5, Evaluation of Options •· FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 15 DAYS. •· FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 66 MONTHS. when options are used: Paragraph "a" is annotated as 15 days & 60 days respectively. •· FAR 52.219-6, Notice of Total Small Business Set-Aside •· FAR 52.219-14, Limitations on Subcontracting •· FAR 52.219-28, Post Award Small Business Representation (see 19.309(d)) •· FAR 52.222-41 Service Contract Labor Standads and current Wage Determination # 2005-2473 (Rev.18) •· FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 31364 Truck Driver, Trailer WG-8 $19.89 + 36.25% Fringes 11030 Cleaner, Vehicle WG-2 $13.21 + 36.25% Fringes •· FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. •· FAR 52.222-50, Combating Trafficking in Persons •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) •· FAR 52.253-1 Computer Generated Forms · DFARS 252.204-7004, Alternate A, System for Award Management •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) · DFARS 252.246-7000, Material Inspection And Receiving Report (see DFARS 246.370) •· AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another 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 contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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. (e) 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. •· AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 9 September 2015 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E35195AW01. (xvi) Address questions to SSgt Daniel Tureac, Contract Specialist, Phone (843) 963-3327, email Daniel.Tureac@us.af.mil. or Ms. Melissa Adams, Contract Specialist, at (843) 963-5197, fax (843) 963-5183, email Melissa.Adams.21@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index. php Also see http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E35195AW01/listing.html)
 
Place of Performance
Address: Joint Base Charleston, Charleston South Carolina, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03854029-W 20150827/150825235210-80e8a4a1fbfa412aaa3056451afd10dd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.