Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2018 FBO #5900
MODIFICATION

S -- Field Sanitation Support Services at Fort Hunter-Liggett & Camp Roberts, CA - Amendment 1

Notice Date
1/16/2018
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-18-T-0002
 
Archive Date
1/20/2018
 
Point of Contact
Ashly N. McBunch, Phone: 2539663535, Humphrey W. Mararo, Phone: 2539661433
 
E-Mail Address
ashly.n.mcbunch.mil@mail.mil, humphrey.w.mararo.mil@mail.mil
(ashly.n.mcbunch.mil@mail.mil, humphrey.w.mararo.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Response time changed- with changes in red in attachments. DESCRIPTION: 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this synopsis/solicitation is W911S8-18-T-0002. This solicitation is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The Mission and Installation Contracting Command - Joint Base Lewis McChord has identified a service requirement for Field Sanitation Support Services in support of Bayonet Focus 18-02 at Fort Hunter-Liggett & Camp Roberts, CA. The purpose of this notice is to notify potential vendors of this business opportunity and to award a single purchase hour to a successful vendor to perform the work. The specific details regarding this opportunity are prescribed within this document as a Performance Work Statement. The North American Industry Classification Code (NAICS) 562991 - Septic Tank and Related Services. The Small Business Size Standard is $7,500,000.00. This requirement is being competed as a Total Small Business Set-Aside. This solicitation shall close on Tuesday 16 January 2018 at 5:00 P.M. Pacific Standard Time (PST). Contractor Responses which include the Bid Schedule (Exhibit A) and company contact information received after this time may not be considered. All questions and responses are to be sent to the Contract Specialist, Ashly McBunch at ashly.n.mcbunch.mil@mail.mil or phone number (253) 209-7754. PURPOSE: The purpose of awarding a Purchase Order against this requirement is to provide the U.S. Government with source to provide Field Sanitation Support Services as part of the Bayonet Focus Training Exercise Set-Up, Execution, and Tear Down efforts are described in the Performance Work Statement. In responding to this notice, the Contractor shall provide the following: 1. The Contractor's quote shall contain a total price for each Contract Line Item (CLINs 0001-0007) on the Bid Schedule (Exhibit A). Additionally, the Contractor shall ensure that their Company information to include name, physical address, phone number, and email address CAGE Code, DUNS Number, and company representative point of contact are included as part of their quote. This information can be provided on a Company Letterhead. 2. Signed Acknowledgement of all issued solicitation amendments (if applicable) The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Respondents should not submit any proprietary information when responding to this notice. Respondents should also note that the Government will not return any information submitted in response to this notice. The offerors are encouraged to provide their best competitive pricing when submitting their Bid Schedule Pricing. The Government intends to award one purchase order to the Offeror that is the lowest priced, technically acceptable Offeror, with acceptable past performance. In order to ensure adequate competition and to get a purchase order established in a timely manner, the U.S. Government reserves the right to conduct discussions with eligible offerors in regard to quotes received. However, Offerors should not anticipate that discussions will occur and are advised to provide their most competitive offer at time of submission. Each quote submitted should be reviewed thoroughly for completeness and accuracy. Offerors shall comply with all instructions contained in FAR 52.212-1, and Addendum to FAR 52.212-1, Instructions to Offerors--Commercial Items. Contractor shall submit their quote and all accompanying documentation directly to the MICC-JBLM Contracting Office via the Contract Specialist at ashly.n.mcbunch.mil@mail.mil. Offerors shall submit questions to the Contracting Specialist via the email address above. Each question will be answered as they are received. The answers to each question will be provided to all eligible offerors in the form of a solicitation amendment labeled " Questions & Answers Log ", with it being posted on FEDBIZOPPS at www.fbo.gov. CONTRACTOR ELIGIBILITY FOR AWARD: To be eligible for an award, contractor must be registered in the System for Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov/portal/public/SAM/. If a contractor submits a response to this solicitation, but does not have a valid SAM Account marked "Active" at the time of response review (immediately following the closing of the solicitation), the response will be rejected and not evaluated. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/index.xhtml. EXHIBITS: Exhibit A - Bid Schedule Performance Work Statement, Provisions, clauses and terms, and attachments/ bid exhibt will be attached. (4 attachments total)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b57363b2736cf15951cadc39a17c1985)
 
Place of Performance
Address: Fort Hunter Liggett and Camp Roberts California (various grid coordinates and locations throughout the surrounding areas of the two military bases)., Jolon, California, 93928, United States
Zip Code: 93928
 
Record
SN04789902-W 20180118/180116230822-b57363b2736cf15951cadc39a17c1985 (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.