Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
SOLICITATION NOTICE

X -- RIMPAC Portable Toilets and Servicing, Oahu HI

Notice Date
4/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060418Q4033
 
Response Due
5/4/2018
 
Archive Date
6/4/2018
 
Point of Contact
PENELOPE PARNES 8084737643 CHRISTINE TERAMOTO
 
E-Mail Address
ine.teramoto@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060418Q4033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Publication Notice 20180413. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 562991 and the Small Business Standard is $7.5M. The Service Contract Labor Standards apply to this procurement. This is a 100% small business set-aside and the Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing: 0001- Non-flushing portable toilets with hand sanitizer, QTY 8, Period of Performance 6/1/18 “ 7/26/18 0002-Non-flushing portable toilets with hand sanitizer, QTY 24 Period of Performance 6/25/18-7/26/18 0003- Non-flushing portable toilets with hand sanitizer, QTY 6 Period of Performance 6/25/18 -8/1/18 0004- Non-flushing portable toilets with hand sanitizer, QTY 30 Period of Performance 7/9/18 -7/24/18 0005- Hand Wash Stations QTY 10, Period of Performance 6/25/18-7/26/18 0006 - Hand Wash Stations QTY 2, Period of Performance 6/1/18-7/26/18 0007- Hand Wash Stations QTY 4 Period of Performance 6/25/18- 8/1/18 0008- Hand Wash Stations QTY 10 Period of Performance 7/9/18- 7/24/18 0009- Restroom Trailer QTY 1 Period of Performance 6/25/18 -8/1/18 0010 “ Servicing in accordance with attached Performance Work Statement (PWS) Delivery Location is Ford Island, Hickam, and Bellows Air Force Station as specified in Attachment 4- Delivery Locations. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 “ 52.212-3 Alt 1 Reps and Certs Attachment 2 “ Performance Work Statement Attachment 3 “ Wage Determination 15-5689 (Rev 6) Attachment 4 “ Delivery Locations A complete quote in response to this Combined Synopsis/Solicitation must include completed Attachments 1-3. The following FAR provision and clauses are applicable to this procurement: 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements ”Representation 52.204-7System for Award Management 52.204-13SAM Maintenance 52.204-16Commercial and Government Entity Code Reporting 52.204-18CAGE Maintenance 52.212-1Instructions to Offerors 52.212-4Contract Terms and Conditions ”Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Equal Opportunity for Workers w/Disabilities 52.222-50Combatting Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchase 52.232-33Payment by Electronic Funds Transfer 52.222-41Service Contract Labor Standards 52.222-42Statement of Equivalent Rates 52.222-55Minimum Wages Under Executive Order 13658 52.222-62Paid Sick Leave Under Executive Order 13706 52.223-3Hazardous Material Identification and Material Safety Data 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.252-1Solicitation Provisions Incorporated by Reference Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Provision) 52.252-2Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DOD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 1100 AM HST on 4 May 2018. All responsible sources may submit a quote to penelope.parnes@navy.mil. Price will be a significant factor in the evaluation of offers; however, the final contract award will be based on a combination of price, technical acceptability, and a determination of responsibility. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060418Q4033/listing.html)
 
Record
SN04898883-W 20180426/180424230407-6d4c1df90e08b1e868f5163ef7b78cc4 (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.