Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2020 SAM #6643
SOLICITATION NOTICE

W -- Rental of Latrine Trailer

Notice Date
2/4/2020 3:40:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540 USA
 
ZIP Code
96540
 
Solicitation Number
N4019220Q7053
 
Response Due
2/5/2020 4:00:00 PM
 
Archive Date
02/20/2020
 
Point of Contact
Angelica Hibbert, Phone: 6713666603, JoAnnelle Nededog-Flores, Phone: 6713667110
 
E-Mail Address
angelica.hibbert@us.af.mil, joannelle.nededog-flores@us.af.mil
(angelica.hibbert@us.af.mil, joannelle.nededog-flores@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this modification is to attach an updated Statement of Work, as of 5 February 2020. DATE:� 1 FEBRUARY 2020 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12 and the procedures of FAR Part 13 will be used in this particular acquisition, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotation are being requested and a written solicitation will not be issued. II.�� This solicitation is issued as a Request for Quotation (RFQ), solicitation number N40192-20-Q-7053 Rental Service for Latrine Trailers to Andersen AFB near Building 17002. � The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-04 effective dated 15 January 2020. IV. This acquisition is 100% set aside for Small Businesses. The North American Industrial Classification System (NAICS) code is 562991 and the small business size standard is $8 million. V.� Potential vendors are to submit a quote on the following Contract Line Item: � � ��� The government intends to award a firm-fixed price purchase order for the following contract line item description, quantity and unit of issue: � CLIN Description Qty Unit of Issue Unit Price Total Amount 0001 Latrine Trailer with 4 Male/4 Female Stalls (initial 30 days) 1 EA 0002 Latrine Trailer with 4 Male/4 Female Stalls (up to 15 additional days) 1 EA 0003 Cleaning & Supplies 1 EA 0004 Mobilization (within 5 days) 1 EA 0005 Demobilization (within 3 days) 1 EA ������������������������� TOTAL � VI.� All requirements must be met as stated in Attachment 1, Statement of Work. VII. FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2018) applies to this acquisition. � VIII. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition. 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: � Technical Acceptability Acceptable:� Proposal clearly meets the minimum requirements of the solicitation and specifications provided. Unacceptable:� Proposal does not clearly meet the minimum requirements of the solicitation. ii. ��Price � The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is found technically acceptable, the award will be made without further consideration. If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable quote. � Technical acceptability is defined as meeting all of the requirements in the SOW. 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. IX. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2018) is included in this solicitation.� Contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) and/or furnish the government a completed copy of the record with its offer. � X. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018) applies to this acquisition. �No addenda to this clause. XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2019), applies to this acquisition.� These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies (Jan 2014) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractors Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1, Buy American�Supplies FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) XII.� Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-20, Predecessor of Offeror (Jul 2016) FAR 52.219-1, Small Business Program Representations (Oct 2014) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.237-1, Site Visit (Apr 1984) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7012, Safeguarding Covered Defense Info & Cyber Incident Reporting (Oct 2016) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (DEC 2018) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) XIII. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award �care of� will not be accepted. All quotes must include registered DUNS, CAGE code, and Tax ID and small business status. XIV.� Submit quotes via email to Angelica Hibbert at angelica.hibbert@us.af.mil. Submittal of multiple quotes will not be accepted. XV.� A site visit will be held on Tuesday, 4 February at 1:00pm Chamorro Standard Time (ChST). Email Angelica Hibbert at angelica.hibbert@us.af.mil, no later than 3 February, 1:00pm ChST if you plan to attend, for additional information. It is requested no more than 2 individuals per company attend the site visit, and all attendees must be US citizens. � Responses to this RFQ must be received via e-mail no later than 10:00 a.m. on 6 February 2020 (Chamorro Standard Time). Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor�s responsibility to request and receive confirmation of quote receipt.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f58918ecf0641688c142f826559b013/view)
 
Place of Performance
Address: GU 96929, USA
Zip Code: 96929
Country: USA
 
Record
SN05551432-F 20200206/200204230136 (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.