SOLICITATION NOTICE
72 -- Mobile Heavy Duty 96-Gallon Trash Containers (Guam)
- Notice Date
- 6/5/2024 4:32:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
- ZIP Code
- 96322-1500
- Solicitation Number
- N6824624Q0101
- Response Due
- 6/6/2024 5:00:00 PM
- Archive Date
- 06/22/2024
- Point of Contact
- Cynthia Cruz, Phone: 6713395295, Jason Sakazaki, Phone: 6713395527
- E-Mail Address
-
cynthia.r.cruz2.civ@us.navy.mil, jason.e.sakazaki.civ@us.navy.mil
(cynthia.r.cruz2.civ@us.navy.mil, jason.e.sakazaki.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 0001- The purpose of this amendment is add Attachment (2) Q and A ***All previously sunmitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.*** (i) This is a combined synopsis/solicitation for a commercial supply requirement prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation number is N6824624Q0101 and is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2024-05 (iv)� This requirement is a 100% Small Business Set-Aside and the Small Business Professional concurs with the set-aside determination. The associate NAICS code is 326199� All Other Plastics Product Manufacturing. The small business size standard is 750 employees. (v) See attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). (vi) The Government requires a commercial firm-fixed price contract to provide mobile heavy duty 96-gallon trash containers in support Andersen Air Force Base (AAFB) Housing. See attachment (1) � Statement of Work for the description of the requirements. (vii) The purchase order will have a required delivery date of 12 weeks after date of contract (ADC). (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. (ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. (x) Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.216-4 Economic Price Adjustment- Labor and Material (JAN 2017) *Applicable to shipping CLIN only� 52.219-28 Post-Award Small Business Program Representation (MAR 2023) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (NOV 2023) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (JUN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-3 Convict Labor (JUN 2003) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1 Buy American Act--Supplies (OCT 2022) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.247-34 F.o.b. Destination (NOV 1991) The following additional clauses and provisions also apply to this requirement: Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (JAN 2023) 252.211-7003 Item Unique Identification and Valuation (JAN 2023) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7012 Preference for Certain Domestic Commodities (APR 2022) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.247-7023 Transportation of Supplies by Sea--Basic (JAN 2023) 252.247-7028 Application for U.S. Government Shipping Documentation/ Instructions (JUN 2012) 252.247-7023 Transportation of Supplies by Sea--Basic (JAN 2023) 252.247-7028 Application for U.S. Government Shipping Documentation/ Instructions (JUN 2012) Provisions: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (NOV 2023) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) 52.252-5 Authorized Deviations in Provisions (NOV 2020) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) 252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. (xiii) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. (xiv) The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. (xv) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 3 days prior to the due date and time for receipt of quotations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/306cf5e568ec45baab5222ab16f5860b/view)
- Place of Performance
- Address: Yigo, GU 96929, USA
- Zip Code: 96929
- Country: USA
- Zip Code: 96929
- Record
- SN07087615-F 20240607/240605230119 (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 |