Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SOLICITATION NOTICE

W -- Restroom Rental Service

Notice Date
5/29/2020 12:52:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420R0199
 
Response Due
6/12/2020 2:00:00 PM
 
Archive Date
06/27/2020
 
Point of Contact
Lois Taylor, Phone: 3017446687
 
E-Mail Address
lois.m.taylor1@navy.mil
(lois.m.taylor1@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-20-R-0199 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation. �The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 562991. CLIN0001 � Base Year � 1 Lot (2x restooms) � Restroom Rental Service CLIN0002 � Option Year 1 - ��1 Lot (2x restooms) � Restroom Rental Service CLIN0003 � Option Year 2 - ��1 Lot (2x restooms) � Restroom Rental Service CLIN0004 � Option Year 3 - ��1 Lot (2x restooms) � Restroom Rental Service CLIN0005 � Option Year 4 - ��1 Lot (2x restooms) � Restroom Rental Service All items shall be delivered FOB Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 �Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; �FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed FAR 52.211-6, Brand Name or Equal applies to this acquisition.; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 � Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. 1. SCOPE OF WORK The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) provides energetics research and development, manufacturing technology, engineering, testing, manufacturing and fleet support. NSWC IHEODTD operates several test ranges located at US Army Garrison Fort A.P. Hill in Fort A.P. Hill, Virginia.� There is a requirement for delivery, set-up, and service of two (2) portable restroom units to support various test programs. RENTAL TOILET MINIMUM REQUIREMENTS The Contractor shall provide all labor, supervision, equipment, tools, supplies, materials and transportation necessary to deliver, set-up, relocate, and perform periodic servicing of two (2) standard portable restrooms.� Portable restrooms will be located throughout the US Army Garrison Fort A.P. Hill facility in Fort A.P. Hill, Virginia. The Contractor shall provide regular service to include delivery of portable restrooms to site locations, setup for operation, supplies, and periodic service cleaning.� Regular Service shall include permanent or temporary relocation of rental toilets (as requested by the Fort A.P. Hill facility personnel or representative) to another location on Fort AP Hill.� The Contractor shall prepare and maintain the respective sites to ensure all units are stabilized and readily accessible. Portable restrooms shall meet the following minimum requirements: a. Shall be made of solid heavy-duty construction, possess the stability and/or an anchoring system to prevent from being blown over by high winds, or placed on skids so each unit shall be easily moved in case of an emergency, provide shelter (leak-proof operation due to poor weather conditions) and privacy; b. Doors shall be self-closing and lock from the inside to prevent inadvertent entry; c. Shall have adequate ventilation ports which are screened to prevent entry of insects, and d. Shall be �pest� proof and when �pests� entry points are detected, the Contractor shall replace ��� equipment. 1.2 PERIODIC SERVICE CLEANING AND REPAIRS The Contractor shall perform the minimum on each rental portable toilet during weekly service or cleaning: a. Removing waste from each container by standard means used in the commercial industry; b. Recharging each container with an odor-controlling solution; c. Provide an adequate supply of toilet tissue to last until next periodic servicing; d. Shall be serviced at a frequency that maintains the unit in a sanitary condition free of odors e. Shall present a clean inner appearance free from trash, dirt, bodily fluids, and excrement; f. Shall present a clean outward appearance where exterior surfaces are absent of mold, excessive dirt, and graffiti; to include small items of trash or debris surrounding the immediate area of the portable toilet(s) caused by the Contractor during service, maintenance, repair. g. Sanitization � The interior and exterior of each toilet shall be thoroughly sanitized and cleaned. 1.3 DELIVERABLE a. Contractors are responsible delivery two (2) standard portable restrooms. b. Any defects to equipment (i.e., doors that do not lock, self-close, broken ventilation screen(s), door hinges, etc.) shall be repaired during servicing or replaced on the next service, so as to not cause a break in availability c. Contractors are responsible to comply with all Federal Occupational Safety and Health Standards rules, regulations, and orders issued pursuant to the �Occupational Safety and Health Act.� 1.4 HOURS OF OPERATION � The US Army Garrison Fort A.P. Hill facility hours of operation are 7:00AM to 3:30PM, Monday through Friday. The Contractor is not required to provide services for equipment on Federal Holidays. If a scheduled service falls on an observed Federal Holiday, service will be performed on the next business day, (i.e., if a holiday falls on Monday, service will be provided on Tuesday). The performance of other work requirements shall be accomplished within the Governments regular working hours unless the specific work requirement specified herein necessitates otherwise. Any other work outside Government regular working hours requires a request submitted to Fort AP Hill Manager. 1.5 CONTROL ACCESS a. Contractors are responsible for compliance of all control access standards rules, regulations pertaining to Range operation at US Army Garrison Fort A.P. Hill.� Coordination of services shall be prearranged with Fort AP Hill Manager.� 1.6 PERIOD OF PERFORMANCE� Base Year: 01 July 2020 � 30 June 2021 Option Year 1: 01 July 2021 � 30 June 2022 Option Year 2: 01 July 2022 � 30 June 2023 Option Year 3: 01 July 2023 � 30 June 2024 Option Year 4: 01 July 2024 � 30 June 2025 Points of contact: Contract Specialist/Administrator: Michelle Taylor, Civ, Telephone: (301) 744-6687 E-Mail: lois.m.taylor1@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Email offers will be accepted. Response Time- Request for Quotation will be accepted not later than 1700 (5:00 p.m.) Easter Standard Time on 12 June 2020. All quotes must be marked with RFQ number and title.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9ac6449af6e4408298f5018f5293b349/view)
 
Place of Performance
Address: Fort A P Hill, VA 22427-2163, USA
Zip Code: 22427-2163
Country: USA
 
Record
SN05674627-F 20200531/200529230148 (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.