Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2018 FBO #5935
SOLICITATION NOTICE

W -- Temporary Restrooms/Wash Stations

Notice Date
2/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
 
ZIP Code
92518-1650
 
Solicitation Number
FA466418051A002
 
Archive Date
4/6/2018
 
Point of Contact
Marissa E Lopez, Phone: 951-655-5386, Norman MacRunnel, Phone: 951-655-5758
 
E-Mail Address
marissa.lopez.5@us.af.mil, norman.macrunnel@us.af.mil
(marissa.lopez.5@us.af.mil, norman.macrunnel@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA466418051A002 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Effective 06 November 2017 and the Defense FAR Supplement (DFARS) Publication Notice 20150803. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System (NAICS) Code is 562991 with a small business size standard of $7,500,000.00. The Government intends to issue a firm fixed-price purchase order to the responsible offeror, whose offer conforming to this combined synopsis/solicitation, will be most advantageous to the government according to FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. The Government will evaluate submitted quotes utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. In order to be considered technically acceptable, submitted quotes must be complete, self-sufficient, take no exception and respond directly to the requirements of this RFQ. Price will be evaluated on the LPTA process based on the lowest overall evaluated price. Evaluation of proposals may be made without discussions with the offerror(s). Therefore, it is imperative that you submit a complete package and that you submit your best price offer. DESCRIPTION/QTY: CLIN 0001: Single Person Restroom (ADA) Description: The Contractor shall furnish all personnel, equipment, labor, tools, materials, supervision, transportation and other items and services necessary to provide American with Disability Act (ADA) compliant gender neutral, single-person use restrooms in accordance with the Performance Work Statement (PWS). Quantity: 66 each Period of Performance (PoP): 4 April 2018 - 9 April 2018 CLIN 0002: Single Person Restroom (standard) Description: The Contractor shall furnish all personnel, equipment, labor, tools, materials, supervision, transportation and other items and services necessary to provide Standard gender neutral single-person use restrooms in accordance with the Performance Work Statement (PWS). Quantity: 220 each Period of Performance (PoP): 4 April 2018 - 9 April 2018 CLIN 0003: Cleansing Stations Description: The Contractor shall furnish all personnel, equipment, labor, tools, materials, supervision, transportation and other items and services necessary to provide Individual cleansing stations capable of providing service to no less than four individuals simultaneously and provide 400 uses per sink in accordance with the Performance Work Statement (PWS). Quantity: 27 each Period of Performance (PoP): 4 April 2018 - 9 April 2018 APPLICABLE CLAUSES/PROVISIONS: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) (Nov 2017); FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013); FAR 52.219-6, Notice of Total Small Business Set Aside (Nov 2011); FAR 52.204-7 System for Award Management (Oct 2016); FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov2017); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certifications (Oct 2015); FAR 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004); FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-6 Drug-Free Workplace (May 2001); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-1 Buy American Act-Supplies (May 2014); FAR 52.211-6 Brand Name or Equal (Aug 1999). DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). AFFARS 5352.201-9101 Ombudsman (Jun 2016) applies to this acquisition. Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. ADDITIONAL INFORMATION: To be considered for this award, offerors must be registered in the System for Award Management (SAM) database at www.sam.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Deadline for submission of all quotes shall be no later than March 22, 2018 at 10:00 AM PST. RFQs must be sent electronically to the following e-mail addresses: marissa.lopez.5@us.af.mil and norman.macrunnel@us.af.mil and or mailed to 452 MSG/LGC (FA466418051A002), ATTN: Marissa Lopez, 1940 Graeber St., Bldg. 449, March ARB, CA 92518-1650 in time to meet the deadline date. Fax proposal will not be accepted. For further information regarding this solicitation, please contact Ms. Marissa Lopez, Purchasing Agent, telephone (951) 655-5386 and Norman MacRunnel, Contracting Officer, telephone (951) 655-5758. Performance Work Statement Temporary Restroom Service and Individual Cleansing Station Service Description of Service: March ARB is hosting the 2018 March Air and Space Expo: Thunder Over the Empire air show, April 7 and April 8, 2018, 11:00 AM to 5:00 PM Pacific Standard Time daily. Air show rehearsal day is April 6, 2018 11:00 AM to 5:00 PM Pacific Standard Time. Temporary restroom service and individual cleansing station service is required to be available to support worker immediate restroom needs during pre-air show set-up, support workers and performer needs during rehearsal, and support public, worker, and performer needs on both show days. Period of Performance: April 4, 2018 to April 9, 2018. Work shall be conducted during regular business hours, Monday through Friday, 7:30 AM thru 4:30 PM, or as specified in the requirement section. Requirement: Temporary restroom service and individual cleansing station service shall be delivered and placed in Government-directed locations as directed by the on-site Government representative no later than April 4, 2018. Required locations are generally in the immediate vicinity of March ARB outside the fence line, around the public parking areas on the airfield, in the spectator area on the airfield, and within the VIP Complex in the spectator area on the airfield. Contractor shall commence delivery no earlier than April 4, 2018 at 7:30 AM and conclude delivery and placement no later than April 4, 2018 at 4:30 PM. Contractor shall provide an on-site attendant available within one hour via mobile phone during air show days, April 7 & 8, 2018, during air show hours, 8:00 AM to 6:00 PM to check restrooms and cleansing stations, provide spot cleaning, replenish supplies, and lock any unit found to be unsanitary. Contractor shall drain, clean, replenish supplies and service 50 temporary restroom facilities identified by on-site Government representative on April 7, 2018 between hours of 7:00 AM and 8:00 AM. Contractor shall drain, clean, replenish supplies and service all temporary restroom facilities and individual cleansing stations on April 7, 2018 no earlier than 6:30 PM and no later than 7:00 PM and shall be complete no later than April 7, 2018 at 8:30 PM. Contractor shall pick-up and remove temporary restrooms and individual cleansing stations no earlier than April 8, 2018 at 5:00 PM and shall be removed no later than April 9, 2018 at 4:30 PM. Contractor shall provide a total of 220 standard gender neutral single-person use restrooms, 66 American with Disability Act (ADA) compliant gender neutral single-person use restrooms. Contractor shall provide serviceable restrooms that provide a neat, clean, and professional appearance. Restrooms shall be free of unpleasant odors, dirt, debris, and pests. Restroom cleaning should include thorough washing containers with water and soap or detergents. Restrooms shall be supplied with sufficient toilet paper, seat covers and waterless hand-washing gel for each day's use. Contractor is responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of restrooms. Contractor shall provide a total of 27 individual cleansing stations capable of providing service to no less than four individuals simultaneously and 400 uses per individual sink. Individual cleansing stations will be allocated for general public use (15) and VIP Complex (12). Each cleansing station may use liquid hand soap or hand sanitizer and should not require an external water source. Disposable paper towels shall be provided and fully stocked in each individual cleansing station when initially delivered and re-stocked during servicing. Contractor shall contact on-site Government representative at the Contract Management Section of Base Civil Engineering upon arrival to the base at (951) 318-9152 or (951) 655-5983/4563/3787 each day. Contractor shall provide on-site Government representative mobile phone numbers of contractor employees during placement, servicing, and pick-up of restrooms and individual cleansing stations. On-site Government representative is Mr. David Alexander and is authorized to direct contractor on placement of restrooms and individual cleansing stations. Mr. Alexander is authorized to direct contractor to relocate up to 20 restrooms to heavy usage areas. Mr. Alexander will show contractor locations of on-base dump stations to off-load sewage. Access to Work Area: March ARB is a U.S. Air Force installation with specific access requirements. Upon award of contract, contractor shall contact 452 SFS no later than 30 days prior to beginning of performance period to screen all contractor employees for access eligibility and approval. Contractor shall follow 452 SFS-directed access procedures at all times. Contractor shall submit employee changes immediately as they occur for screening and approval. Contractor shall have all vehicles and equipment inspected before entry to March ARB by 452 SFS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA466418051A002/listing.html)
 
Place of Performance
Address: March ARB, March ARB, California, 92518, United States
Zip Code: 92518
 
Record
SN04827894-W 20180222/180220231127-b52bced9046e764f07869f0795972ba6 (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.