Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SOLICITATION NOTICE

W -- Field Sanitation Services - Performance Work Statement - Applicable Clauses - Wage Determination

Notice Date
5/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, Michigan, 48906-2934, United States
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-18-Q-0040
 
Point of Contact
Jacob S. Curtiss, Phone: 5174817852
 
E-Mail Address
jacob.s.curtiss.civ@mail.mil
(jacob.s.curtiss.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Clauses PWS COMBINED SYNOPSIS SOLICITATION Portajohn Services W912JB-18-Q-0040 (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) UNFUNDED DISCLOSURE: This request for quote is for pricing only. Funds are not presently available for this requirement, FAR 52.232-18 Availability of Funds applies. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. (III) SOLICITATION W912JB-18-Q-0040 is issued as a Request for Quote (RFQ). Quotes valid through 30 July 2018 are requested. (IV) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-96. The Defense Priorities and Allocation System (DPAS) is not applicable to this solicitation. (V) This acquisition is being solicited as restricted (Small Business Set-Aside). The associated NAICS code for this acquisition is 562111. Federal Supply Classification Code is W085, Small Business size standard is $38,500,000. (VI) SCHEDULE OF SUPPLIES/SERVICES: The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to place, service, and remove portable sanitation units within Camp Grayling, MI in accordance with the PWS and attachments. Quotes shall be submitted with pricing according to each individual CLIN listed below: CLIN 0001: Portable toilet Location One. 57 units CLIN 0002: Handwashing Station Location one. 19 units. CLIN 0003: Portable toilet Location two. 29 units CLIN 0004: Handwashing Station Location two. 9 units CLIN 0005: Portable Toilet Location three. 33 units CLIN 0006: Handwashing Station Location three. 11 units CLIN 0007: Portable Toilet Location four. 38 Units CLIN 0008: Handwashing Station Location four. 12 units CLIN 0009: Portable Toilet Location five (multiple locations per attachments). 138 units CLIN 0010: Handwashing Station Location five (multiple locations per attachments). 34 units CLIN 0011: Portable Toilet Location six. 5 units CLIN 0012: Handwashing station Location six. 5 units CLIN 0013: Portable Toilet Location seven. 1 units CLIN 0014: Handwashing station Location seven. 4 units CLIN 0015: Portable Toilet Location eight. 1 units CLIN 0016: Handwashing station Location eight. 8 units. CLIN 0017: Portable Toilet Location nine. 4 units CLIN 0018: Handwashing station Location nine. 2 units CLIN 0019: Portable Toilet Location ten. 19 units. CLIN 0020: Handwashing station Location ten. 6 CLIN 0021: Portable Toilet Location eleven. 8 units CLIN 0022: Handwashing station Location eleven. 2 units. CLIN 0023: Portable Toilet Location twelve (multiple locations). 153 units CLIN 0024: Handwashing station Location twelve (multiple locations). 41 units CLIN 0025: Contractor Manpower Reporting Application Each CLIN for Portable Toilet and Handwashing Stations are for a period of time at different locations. The attached placement Excel worksheet will give the breakdown of dates and where. Exact locations will be given to awarded contractor for Period of Performance execution. List of Attachments: Performance Work Statement Attachment 1- Locations (VII) Period of Performance, Place of Performance, and Acceptance: The contract period of performance for CLIN 1-25: 27 July 2018 - 24 August 2018. The Contractor is permitted up to 5 Days to remove units after each location period. Performance shall be at Camp Grayling, MI. See Performance Work Statement for additional information. (VIII) Offers are due no later than 2:00 P.M. EST, 1 June 2018. Offers may be submitted via mail to: Jacob S. Curtiss. USPFO P&C, 3423 N. Martin Luther King BLVD, Lansing, MI, or via email stated below. In accordance with FAR 5.101, All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed quotes will be accepted via Jacob.s.curtiss.civ@mail.mil, also please copy andrea.m.senska.civ@mail.mil. Point of Contact for this solicitation is Jacob S. Curtiss 517-481-7852. All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: www.fbo.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail Jacob.s.curtiss.civ@mail.mil. All answers (on a non-attribution basis) will be posted on the www.fbo.gov web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted above not later than, 10:00 A.M. EST, 25 May 2018. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered and active in System for Award Management (SAM) (http://www.sam.gov). (IX) The provision FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS SEP 2006 (IAW FAR12.301(b)(1)) applies to this solicitation. Addendum to 52.212-1: Paragraph (c), entitled ‘Period for Acceptance of Offers': The offeror shall agree to hold the prices in its offer firm through 30 July 2018. (X) The provision FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014), applies to this solicitation. (a)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: Award will be made to a small business concern that provides an acceptable technical approach at a price that is found to be fair and reasonable. (b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (XI) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at www.sam.gov (XII) The FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. (XIII) The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the additional clauses in their latest editions apply to this acquisition:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-18-Q-0040/listing.html)
 
Place of Performance
Address: Camp Grayling, Camp Grayling, Michigan, 49739, United States
Zip Code: 49739
 
Record
SN04923772-W 20180518/180516230649-ed728cd573b4279e62e5423c5455ade8 (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.