Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 02, 2020 SAM #6608
SOLICITATION NOTICE

W -- Portable Restroom

Notice Date
12/31/2019 5:22:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
 
ZIP Code
94107
 
Solicitation Number
70FBR920Q00000004
 
Response Due
1/6/2020 1:00:00 PM
 
Archive Date
01/21/2020
 
Point of Contact
Demetria Carter
 
E-Mail Address
Demetria.Carter@fema.dhs.gov
(Demetria.Carter@fema.dhs.gov)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, FAR 13, and FAR 15 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation with quotes are being requested. The solicitation number for this requirement is 70FBR920Q00000004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 published September 26, 2018. This requirement is to support the federally declared disaster- DR-4407-CA Wildfires. This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USD 5150) and FAR 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. A �local firm� means a private organization, firm, or individual residing or primarily doing business in the affected area that has been made part of the disaster or emergency declaration. In order to fulfill the requirements of the two statutory requirements a contracting officer may set aside solicitations to allow only offeror(s) residing or primarily doing business in the affected area. Based on the request of the Governor of California, the President declared that major disaster exists as a result of wildfires in California. As of November 12, 2018 the following counties were included in the declaration: Butte, Ventura, and Los Angeles counties. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for cleaning services. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5605 (Rev.-8) SUBMISSION INSTRUCTIONS Each Quoter is requested to submit an electronic version of your business� price quote. The electronic version shall be submitted to the Contract Officer, Demetria Carter at Demetria.carter@fema.dhs.gov Electronic submission of your quote is due no later than 1pm PST, Monday, January 6, 2020. All quote submissions must include the following information (preferably to be provided on the quote submission cover letter): Tax Identification Number (TIN) Dun & Bradstreet Number (DUNS) Contract Name Contact Email address Contract telephone and fax number Complete business mailing address EVALUATION CRITERIA AND BASIS FOR AWARD A singe award will be made to the responsible quoter submitting an overall quote that is determined most advantageous to the Government. The Government will evaluate quotations based on a lowest priced, technically acceptable (LPTA) basis. Evaluation Factors: The following evaluation factors will be used for this requirement: Local Area Set-aside as set forth in provisions FAR 52.226-3, 52.226-4 and 52.226-5 Price Delivery Schedule Past Performance PRICE Quoters shall utilize the table below to provide their total fixed price quotation for the Base and each option period. The DHS Federal Emergency Management Agency requires the Portable Restroom rental with services to include maintenance and replenishing supplies at the Silver Dollar group site located: 2357 Fair Street, Chico, CA 95928. Monthly amount shall include weekly service of unit: Base Requirement: Anticipated Start Date of January 9, 2020 CLIN Description Quantity Price Number of Months Total Price 0001 Standard� Portable Restroom 1 $ - /month/unit 3 months 0002 Wash Station 1 $ - /month/unit 3 months 0003 Drop-off and Pick of units 1 location $ - each location TOTAL Delivery Schedule: ____________________________ Option 1: CLIN Description Quantity Price Number of Months Total Price 0001 Standard� Portable Restroom 1 $ - /month/unit 3 months 0002 Wash Station 1 $ - /month/unit 3 months TOTAL Option 2: CLIN Description Quantity Price Number of Months Total Price 0001 Standard� Portable Restroom 1 $ - /month/unit 3 months 0002 Wash Station 1 $ - /month/unit 3 months TOTAL Option 3: CLIN Description Quantity Price Number of Months Total Price 0001 Standard� Portable Restroom 1 $ - /month/unit 3 months 0002 Wash Station 1 $ - /month/unit 3 months TOTAL Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of submission of the quote. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec�2019) ����� (a) Definitions. As used in this provision, �covered telecommunications equipment or services� has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ����� (c) Representation. The Offeror represents that it [_] does, [_] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (End of provision) 52.225-1 -- Buy American�Supplies. (May 2014) (a) Definitions. As used in this clause-- �Commercially available off-the-shelf (COTS) item�� (1) Means any item of supply (including construction material) that is� (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. �Component� means an article, material, or supply incorporated directly into an end product. �Cost of components� means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. �Domestic end product� means� (1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if� (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (ii) The end product is a COTS item. �End product� means those articles, materials, and supplies to be acquired under the contract for public use. �Foreign end product� means an end product other than a domestic end product. �United States� means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute is waived for an end product that is a COTS item (See 12.505(a)(1)). (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled �Buy American Certificate.� (End of clause) 52.225-2 -- Buy American Certificate. (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of �domestic end product.� The terms �commercially available off-the-shelf (COTS) item,� �component,� �domestic end product,� �end product,� �foreign end product,� and �United States� are defined in the clause of this solicitation entitled �Buy American�Supplies.� (b) Foreign End Products: Line Item No.: Country of Origin: � � [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of Provision) 52.225-4 -- Buy American -- Free Trade Agreements � Israeli Trade Act Certificate. Alternate I (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms �Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,� �commercially available off-the-shelf item,� �component,� �domestic end product,� �end product,� �foreign end product,� �Free Trade Agreement country,� �Free Trade Agreement country end product,� �Israeli end product,� and �United States� are defined in the clause of this solicitation entitled �Buy American�Free Trade Agreements�Israeli Trade Act.� (b) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled �Buy American--Free Trade Agreements--Israeli Trade Act�: Canadian End Products: Line Item No.---------------------------------------------------------- (c) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled �Buy American--Free Trade Agreement--Israeli Trade Act.� The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of �domestic end product.� Other Foreign End Products: Line Item No.: Country of Origin: � � � � � � [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of provision) � 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications. See full clause description at http://farsite.hill.af.mil/vmfara.htm 52.226-3 � Disaster or Emergency Area Representation. (Nov 2007) (a) Set-aside area. The area covered in this contract is: Butte County, Los Angeles County, and Ventura Counties as declared under DR-4407-CA. (b) Representations. The offeror represents that it [ ] does [ ] does not reside or primarily do business in the set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months� (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include� (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) 52.226-4 � Notice of Disaster or Emergency Area Set-Aside. (Nov 2007) (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in Butte County, Los Angeles County, and Ventura Counties as declared under DR-4407-CA. Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of provision) 52.226-5 � Restrictions on Subcontracting Outside Disaster or Emergency Area. (Nov 2007) (a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting. (b) The Contractor agrees that in performance of the contract in the case of a contract for� (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business in the clause at FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside; (2) Supplies (other than procurement from a non-manufacturer of such supplies). The Contractor or employees of other businesses residing or primarily doing business in the set-aside area shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials; (3) General construction. The Contractor will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area; or (4) Construction by special trade Contractors. The Contractor will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees or employees of other businesses residing or primarily doing business in the set-aside area. (End of clause) 52.217-8 -- Option to Extend Services. (Nov 1999) 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 seven (7) calendar days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 5 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 7 calendar 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 one (1) year and six (6) months. (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/97a1584757644de9af83da30880ca27b/view)
 
Place of Performance
Address: Chico, CA 95928, USA
Zip Code: 95928
Country: USA
 
Record
SN05525259-F 20200102/191231230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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