Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
SOLICITATION NOTICE

S -- JSOH 2008 Portable Restroom Services

Notice Date
4/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
ZIP Code
00000
 
Solicitation Number
F1D0228078A001
 
Description
Portable Restroom Delivery and Services for Andrews AFB Joint Service Open House Body of Synopsis/Solicitation to be entered. 1. PORTABLE RESTROOM DELIVERY AND SERVICES FOR ANDREWS AIR FORCE BASE JOINT SERVICE OPEN HOUSE. Request for Quotation F1D0228078A001 DUE 11 APRIL 2008, 12:00PM Eastern Standard Time (EST). Point of Contact: Anke Taylor, 301-981-2309, Contracts Manager; Lt. Gary Scullin, 301-981-2310, Contracting Officer. 2. This solicitation has been set aside 100% to small business; all responsible sources may submit a proposal (see Numbered Note 1). 3. 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. 4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2008-24 and Defense Acquisition Circular 20080331. 6. The North American Industry Classification System (NAICS) code is 562991 and the business size standard is $6.5M. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 8. Contract Line Item 0001: 316 WG/XP Apropriated Funds. Contract Line Item 0001AA: Quantity/Units-1 Each, Item description: 8' x 28' DV restroom trailer. Contract Line Item 0001AB: Quantity/Units-13 Each, Item description: Portable restrooms (portapots) for Branch Ave Metro (3), East side of flight line (8), and West side of flight line (show area) (2). Contract Line Item 0001AC: Quantity/Units-125 Each, Item Description: Deluxe restrooms. Contract Line Item 0001AD: Quantity/Units-19 Each, Item description: Handicapped restrooms. Contract Line Item 0001AE: Quantity/Units-1 Each, Item Description: Baby care station. 0001AF: Quantity/Units-10 Each, Item description: Hand wash stations. 0001AG: Quantity/Units-9 Each, Item description: Hand wash stations for Branch Avenue Metro (1), Flight line Hangar 2 medical station (5), East side parking (1), and West flight line next to performers area (2). 0001AH: Quantity/Units-3 Each, Item description: 250 gallon holding tanks to be hooked up to three mobile offices located on the Flight line, Show control, Medical Office & Lost children office. Contract Line Item 0001AJ: Quantity/Units-1 Each, Item description: Special event service. Contract Line Item 0001AK: Quantity/Units-1 Each, Item description: Valet service for daily maintenance, all restrooms must be well stocked and clean at all times during the hour of 8:00AM (EST) and 4:00PM (EST). Contract Line Item 0002: 316 SVS Non-Appropriated Funds. Contract Line Item 0002AA: Quantity/Units-125 Each, Item description: Deluxe restrooms. 0002AB: Quantity/Units-18 Each, Item description: Handicapped restrooms. 0002AC: Quantity/Units-1 Each, Item description: Baby care station. 0002AD: Quantity/Units-10 Each, Item description: Hand wash station. 0002AE: Quantity/Units-13 Each, Item description: 250 gallon holding tanks (1 to be hooked up to mobile office). Contract Line Item 0002AF: Quantity/Units-1 Each, Item description: Special event service. Contract Line Item 0002AG: Quantity/Units-1 Each, Item description: Valet service for daily maintenance, all restrooms must be well stocked and clean at all times during the hour of 8:00AM (EST) and 4:00PM (EST). 10. Contact the POC stated herein for a proposed pricing schedule. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 11. Period of Performance: CLINs 0001 and 0002: 16 May 2008 - 18 May 2008. Items must be delivered to Andrews AFB, MD 20762 and set up at the designated locations No Later Than (NLT) 15 May 2008 and must be taken down immediately following the show on 18 May 2008. The first delivery for CLINs 0001-0002 will take place on 15 May 2008 and will continue on 16 May 2008. Acceptance shall be made at destination. 12. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to Paragraph (b)(10) - Delete entire paragraph. Substitute "Past Performance will not be evaluated." Paragraph (d), Product Sample -delete entire paragraph. Paragraph (e), Multiple offers - delete entire paragraph. Substitute "Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers - delete entire paragraph. Substitute "Single Award. The Government plans to award to a single contract resulting from this solicitation." (B) The provision at FAR 52.212-2, Evaluation - Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and most reliable delivery service. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6, Notice of Total Small business Set-Aside; 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 13. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications - Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 14. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside. 15. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government's ultimate approach not does it obligate the Government to pay for quotation preparation cost. 16. Contact Anke Taylor at 301-981-2309 or e-mail anke.taylor@andrews.af.mil to obtain a solicitation handout and a copy of the Request For Quote by 3:00 PM EST, 10 April 2008. Proposals must be received no later than 12:00PM EST, 11 April 2008. Proposals can be mailed to: 316th CONS/LGCBB, ATTN: Lt Gary Scullin, 1535 Command Drive, E-202, Andrews AFB, MD 20762. Facsimile proposals will be accepted at 201-981-1910.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95910fe965a458bfb01af97abe277d89&tab=core&_cview=1)
 
Record
SN01547600-W 20080406/080404220705-95910fe965a458bfb01af97abe277d89 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.