SOLICITATION NOTICE
W -- Portable Restrooms for Patrick AFB
- Notice Date
- 8/11/2020 6:19:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252120QB086
- Response Due
- 8/12/2020 12:00:00 PM
- Archive Date
- 08/27/2020
- Point of Contact
- Jeffrey Krieger, Phone: 321-494-6289, Evan Rauh, Phone: 3214946287
- E-Mail Address
-
Jeffrey.Krieger@us.af.mil, evan.rauh@us.af.mil
(Jeffrey.Krieger@us.af.mil, evan.rauh@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation Portable Restrooms FA2521-20-Q-B086 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 FA2521-20-Q-B086 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07; Effective 03 Aug 2020. This is a set-aside for Small Business.� The North American Industry Classification System (NAICS) code for this project is 562991 with a size standard of $8.0M.� The purpose of this combined synopsis and solicitations is for the providing of portable restroom rental trailer to support the 301st Rescue Squadron while their facility is under renovation. Currently there are no restroom facilities near their temporary work facilities. Monthly service will include delivery of unit, hook up of water and electrical utilities, weekly cleaning and service to include gray/black water clean out.in accordance with the attached Performance Work Statement (PWS). The bid schedule and contract CLIN schedule are below: Base POP: CLIN� � � � � � �Item Description� � � � � � � � � � � � � � � � � � � � � � � � � �Qty� � � � � � �Unit Issue� � � � � � � Unit Price� � � � � Total Amount 0001� � � � � � �3 Stall Restroom Trailer�� � � � � � � � � � � � � � � � � � � � ��1� � � � � � � � �Each� � � � � � � � � � �$_______� � � � � � �$_________ 0002� � � � � � �Cleaning/Restock/Water Cleanout� � � � � � � � � ���10� � � � � � � �Month� � � � � � � � �$_______� � � � ��� �$_________ � � � � � � � � � � � � Total Amount For Base Year� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� � � � $_________ Performance Work Statement: See attached Period of Performance: 10 Months Ship to address:� � Patrick AFB, FL, 32925 ����������� ����������������������� NOTE TO OFFERORS:� In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market.� Include your GSA contract number for items, as well as expiration date of the contract. � *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition and the following addendum applies: For RFQ only: �The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows:� �The offeror agrees to hold the prices in its offer firm until 30 Sep 20.� RFQ due date: 12th Aug 20 RFQ due time: �3:00 P.M. EST Email to: Jeffrey.krieger@us.af.mil and evan.rauh@us.af.mil. Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be submitted by 2:00 P.M. EST, 10th Aug 20. Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty:� ________________ FOB (Select):� ____ Destination��������������������� _____ Origin Shipping Cost included?� ____ Yes ���������������� _____ No All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award.� The Government will not provide contract financing for this acquisition.� Invoice instruction shall be provided at time of award. �Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.� Offeror�s submissions will be evaluated based upon the following: FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (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: � � � � � � � � � � � � �(i). Price - Award will be made to the lowest priced technically acceptable offeror. � � � � � � � � � � � � � (ii). Technical capability - quote must be rated as technically acceptable to be eligible for award. In order� to be deemed technically acceptable in accordance with the Performance Work Statement (PWS), dated 18 May 2020. (b) 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. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.� The government however, reserves the right to conduct discussions if deemed in its best interest. Note:� The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. In addition, the government may further extend the performance period for up to six months under FAR 52.217-8 � Option to Extend Services. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV) (Jan 17), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-13-Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 18) 52.204-7-System for Award Management (Oct 18) 52.204-10-Reporting Executive Compensation and First-Tier Subcontract Awards (Oct) 52.204-13-System for Award Management Maintenance (Oct 18) 52.204-14 Service Contract Reporting Requirements (Oct 16) 52.209-6-Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.219-6-Notice of Total Small Business Set-Aside (Nov 11) 52.219-28-Post Award Small Business Program Representation (Jul 13) 52.222-3-Convict Labor (Jun 03) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26-Equal Opportunity (Sep 16) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 14) 52.222-40-Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50-Combating Trafficking in Persons (Jan 19) 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13-Restriction on Certain Foreign Purchases (Jun 08) 52.232-29-Terms for Financing of Purchases of Commercial Items (Feb 02) 52.232-33-Installation Payments for Commercial Items (Jan 17) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000-Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003-Agency Office of the Inspector General (Dec 12) *252.203-7005-Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7004-Antiterrorism Awareness Training for Contractors, as prescribed in 204.7203. *252.204-7008-Compliance with Safeguarding Defense Information Controls (Oct 16) 252.204-7009-Limitations on the Use or Disclosure of Third-Party Contractor Information (Oct 16) 252.204-7012-Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015-Disclosure of Information to Litigation Support Contractors (May 16) *252.209-7998-Representation regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-0007) (Date 12) *252.209-7999-Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 12) 252.211-7003-Item Identification and Valuation (Mar 16) 252.211-7006-Passive Radio Frequency Identification (Dec 2019) 252.211-7008-Use of Government-Assigned Serial Numbers (Sep 10) 252.213-7000-Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluation (Jun 15) *252.222-7007-Representation Regarding Combating Trafficking in Persons (Jan 15) *252.225-7031-Secondary Arab Boycott of Israel (Jun 05) 252.225-7036-Buy American Act--Free Trade Agreements Balance of Payments Program (Dec 16 252.232-7003-Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006-Wide Area Workflow Payment Instructions (May 13) 252.232-7010-Levies on Contract Payments (Dec 06) 252.243-7002-Requests for Equitable Adjustment (Dec 12) 252.244-7000-Subcontracts for Commercial items (Jun 13) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Jun 16) with the following fill-in: AFICA/OL-SPC, Director of Contracting, 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) The full text of these clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Attachments: 2 Performance Work Statement (PWS), revised, dated 16 Mar 20 Wage Determination 2015-4556, Rev 11, 06/18/2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2b80ea985fdb4d908560d4ec47509328/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN05753057-F 20200813/200811230146 (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 |