SOLICITATION NOTICE
X -- RIMPAC 2020 Portable Toilet and Hand Wash Station Rentals
- Notice Date
- 3/3/2020 6:17:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060420Q4018
- Response Due
- 3/6/2020 1:00:00 PM
- Archive Date
- 03/21/2020
- Point of Contact
- Candice Tawiah, Phone: 8084737664
- E-Mail Address
-
candice.tawiah@navy.mil
(candice.tawiah@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 the beta.SAM website at beta.SAM.gov. The RFQ number is N0060420Q4018.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Publication Notice 20200114.� 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 https://www.acquisition.gov/dfars.� The NAICS code is 562991 and the Small Business Standard is $8M.� 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 the following in accordance with the Performance Work Statement (Attachment 2): Supplies/Services for Request for Quote� -CLIN 0001 Portable Toilet Rental (Ford Island) 8 EACH , PoP: 28 May 2020 � 05 Aug 2020 -CLIN 0002 Portable Toilet Rental (Ford Island) 40 EACH, PoP: 18 Jun 2020 � 05 Aug 2020 -CLIN 0003 Portable Toilet Rental (Ford Island) 25 EACH, PoP: 13 Jul 2020 � 24 Jul 2020 -CLIN 0004 Portable Toilet Rental (Hickam) 12 EACH, PoP: 18 Jun 2020 � 05 Aug 2020 -CLIN 0005 Hand Wash Station Rental (Ford Island) 4 EACH, PoP: 28 May 2020 � 05 Aug 2020 -CLIN 0006 Hand Wash Station Rental (Ford Island) 20 EACH, PoP: 18 Jun 2020 � 05 Aug 2020 -CLIN 0007 Hand Wash Station Rental (Ford Island) 8 EACH, PoP: 13 Jul 2020 � 24 Jul 2020 -CLIN 0008 Hand Wash Station Rental (Hickam) 6 EACH, PoP: 18 Jun 2020 � 05 Aug 2020 -CLIN 0009 Servicing of Toilets and Hand Wash Stations (3x/ week) 1 LOT, PoP: 28 May 2020 � 05 Aug 2020 Delivery Location is Ford Island, Hawaii and Hickam Air Force Base, Hawaii.� The specific delivery locations will be coordinated with the awardee.� Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� A complete quote in response to this Combined Synopsis/Solicitation must include proposed pricing for each CLIN in Table 1 and completed Attachment�1: Attachment 1 � 52.212-3 Alt 1 Reps & Certs ���� (If your Reps & Certs are up to date in SAM, notate ""None"" on page 4 in paragraph (b)(2) Attachment 2 � Performance Work Statement Attachment 3 � Wage Determination 2015-5689 (Rev 11) This announcement will close at 1100 AM HST on 06 March 2020. All responsible sources may submit a quote to candice.tawiah@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. Questions in regards to the solicitation can be submitted to candice.tawiah@navy.mil.� Questions will close at 3PM HST on 04 March 2020.� 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. The following FAR provision and clauses are applicable to this procurement:� 52.203-18������� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7��������� System for Award Management 52.204-13������� SAM Maintenance 52.204-16������� Commercial & Government Entity Code Reporting 52.204-18������� CAGE Maintenance 52.212-1��������� Instructions to Offerors 52.212-4��������� Contract Terms & Conditions�Commercial Items 52.212-5��������� Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-19������� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10������� Reporting Executive Compensation & First-Tier Subcontract Awards 52.204-23������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10������� Prohibition on Contracting with Inverted Domestic Corporations 52.233-3��������� Protest After Award 52.233-4��������� Applicable Law for Breach of Contract Claim 52.209-6��������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6��������� Notice of Total Small Business Set-Aside 52.219-28������� Post Award Small Business Program Representation 52.222-3��������� Convict Labor 52.222-21������� Prohibition of Segregated Facilities 52.222-26������� Equal Opportunity 52.222-36������� Equal Opportunity for Workers w/Disabilities 52.222-50������� Combatting Trafficking in Persons 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13������� Restriction on Foreign Purchase 52.232-33������� Payment by Electronic Funds Transfer 52.222-41������� Service Contract Labor Standards 52.222-42������� Statement of Equivalent Rates 52.222-55������� Minimum Wages Under Executive Order 13658 52.222-62������� Paid Sick Leave Under Executive Order 13706 52.223-3��������� Hazardous Material Identification & Material Safety Data 52.232-39������� Unenforceability of Unauthorized Obligations 52.232-40������� Providing Accelerated Payments to Small Business Subcontractors 52.237-1��������� Site Visit 52.237-2������ Protection of Government Buildings, Equipment, & Vegetation 52.252-1������ Solicitation Provisions Incorporated by Reference 52.252-2������ Clauses 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 address: https://www.acquisition.gov/. (End of Clause) Additional contract terms and conditions applicable to this procurement are:� 252.203-7000�� Requirements Relating to Compensation of Former DOD Officials 252.203-7002�� Requirement to Inform Employees of Whistleblower Rights 252.203-7005�� Representation Relating to Compensation of Former DOD Officials 252.204-7003�� Control of Government Personnel Work Product 252.204-7004 �Alt A System for Award Management 252.204-7011�� Alternative Line Item Structure 252.204-7012�� Safeguarding Covered Defense Information & Cyber Incident Reporting 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support 252.223-7006�� Prohibition on Storage, Treatment, & Disposal of Toxic or Hazardous Materials 252.225-7048�� Export-Controlled Items 252.232-7003�� Electronic Submission of Payment Requests 252.232-7006�� Wide Area Workflow Payment Instructions 252.232-7010�� Levies on Contract Payments 252.237-7010�� Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000�� Subcontracts for Commercial Items 252.247-7023�� Transportation of Supplies by Sea ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/eba09e4fc3cb49d89570bc854331cbe5/view)
- Place of Performance
- Address: JBPHH, HI, USA
- Country: USA
- Country: USA
- Record
- SN05578282-F 20200305/200304221137 (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 |