Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
SOLICITATION NOTICE

W -- Lease Rent of Toiletries

Notice Date
5/12/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223
 
Solicitation Number
W9124809R0017
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number W91248-09-R-0017 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those included through Federal Acquisition Circular 2005-31. Acquisition is set aside for small business concerns. The NAICS Code is 562991 and the small business size standard is $7 million. Offer schedule with contract line item numbers and items, quantities and units of measure, Performance Work Statement, Wage Determination, and Past Performance Questionnaire are available at the DOC website: https://doc.campbell.army.mil/opportunities.asp. Performance period is for a base and four (4) 12-months option periods. The provision at 52.212-1 Instructions to Offerors Commercial Items, is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract (Fill-in information, firm fixed-price requirements); 52.217-4 Evaluation of Options; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 Evaluation Commercial Items is applicable; evaluation factors are Past Performance and Price. Past Performance is approximately equal to Price. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit the following documents with offers: Completed Offer Schedule; Completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS Provision 252.212-7000 Offeror Representations and Certifications Commercial Items or a statement that Representations and Certifications are available at the ORCA website; financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of previous contracts: services provided, the length of the contract or agreement, and the dollar value, point of contact and telephone number. This information will be used to determine responsibility for the successful offeror. Participants shall also forward the attached Past Performance Questionnaire to customers where the same or similar services are provided and ask customers to complete and return the documents to Kevin Day, email: kevin.day1@us.army.mil or fax: 270-798-7548. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.216-18 Ordering (Fill-in information: Such orders may be issued throughout the 12-months base period); 52.216-19 Order Limitations (Fill-in information: Paragraph (a), Minimum order N/A; Paragraph (b)(1), Maximum order 540 each tons; Paragraph (b)(2) 540 each; Paragraph (3), 30 calendar days; 52-216-21 Requirements (Fill-in information dates will be specified in delivery orders); 52.217-8 Option to Extend Services (Fill-in information: 60 calendar days); 52.217-9 Option to Extend the Term of the Contract (Fill-in information: Paragraph (a) 60 calendar days in both places, Paragraph (c) 60 calendar months; 52.219-6 Notice of Total Small Business Set-Aside; 52.228-5 Insurance--Work on a Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information www.gsa.gov); 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252-242-7000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government Alt 1; 52 219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan Alt II; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Person; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Monetary Wages-Fringe Benefits: (Plumber, Maintenance #23800, $20.81/$2.80 and Truckdriver, Medium, #31362, $18.58/$2.50); 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Certification of Requests for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. Offers are due not later than 3:00 P.M. CT 27 May 2009. All responsible concerns may submit an offer which will be considered by the agency. Offers received after 3:00 P.M. CT 27 May 2009 will be rejected and not considered for award. Submit offers to Mission & Installation Contracting Command, Directorate of Contracting, ATTN: Kevin Day, 2172 13 Street, Fort Campbell, KY 42223-5334. Point of Contact is Kevin Day, 270-798-7854, kevin.day1@us.army.mil. Additional Info: HOMEPAGE: MICC, DOC, BLDG 2174, 13 1/2 STREET, FORT Campbell, KY 42223 Contracting Office Address: ACA, MICC, Fort Campbell, Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets, Fort Campbell, KY 42223-5334 Place of Performance: ACA, MICC, Fort Campbell Directorate of Contracting, Building 2174, 13.5 & Indiana Streets Fort Campbell KY 42223-5334 US ACA, Fort Campbell NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/DABK/DABK09/W9124809R0017/listing.html)
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13.5 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN01814776-F 20090514/090512233028 (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.