Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
MODIFICATION

45 -- Non-Sewer Portable Latrines, Handwashing Stations and Associated Services at NTC, Fort Irwin, CA and Surrounding Areas

Notice Date
8/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
MICC - Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-12-R-0005
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
Romona Kelly, 760-380-3329
 
E-Mail Address
MICC - Fort Irwin
(romona.kelly@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The purpose of this amendment is to extend the closing date from 10 July 2012 to 31 August 2012, to allow for sufficient time to submit proposals. This amendment includes the corrective action to the solicitation as required in response to GAO Protest B-406997. Offerors must acknowledge all solicitation amendments upon submission of a proposal. The site visit was held on 12 June 2012. There will be no further site visits. The following items have been amended or added to this solicitation's amendment. 1. Additional information has been added to the Basis of Award. 2. The minimum and maximum delivery order amounts have been added IAW FAR 52.216-19, Ordering Limitations. 3. The minimum guarantee has been added IAW FAR 52.216-22, Indefinite Quantity. 4. The Period of Performance has been revised to one (1) Ordering Period of 14 September 2012 thru 13 September 2015. 5. The Sample Task Order has been revised to change "Price" to "Unit Price". 6. Evaluation Factors have been revised to include Past Performance as Evaluation Sub-Factor #3. 7. Evaluation Factor language has been revised in Price Evaluation Factor #2. 8. Submission of a Past Performance Questionnaire Point of Contact sheet has been added as Attachment #3. 9. The Non-Sewer Portable Latrines, Handwash Stations, and Support Services, MATOC Ordering Guide has been included as Technical Exhibit #5. This is an amended combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W9124B-12-R-0005; this solicitation is a request for proposals. The Department of the Army, Mission and Installation Contracting Command (MICC), Fort Irwin, California intends to solicit proposals for a contractor to provide non-sewer portable latrines and hand wash stations and related services in support of the training facilities at various sites within the boundaries of the National Training Center (NTC) and surrounding areas of Fort Irwin, California. Specifically, latrines and hand wash stations shall be placed throughout the entire NTC, Barstow/Daggett, Marine Corps Logistics Base (MCLB) Yermo, and the Southern California Logistics Airport (SCLA) located in Victorville, California. BASIS FOR AWARD. a. The solicitation will result in multiple awards of firm fixed -price Indefinite Delivery Indefinite Quantity (IDIQ) contracts with a minimum guarantee of $10,000 and one (1) three-year ordering period. Awards will be made in accordance with FAR 15.101-2, Lowest Priced Technically Acceptable source selection procedures resulting from the evaluation of the offerors' response to the solicitation. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Awards will be made to technically acceptable offerors with lowest total evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose proposals meet all required terms and conditions of the solicited technical requirements. b. Written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offerors within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. c. The Government intends to make two (2) to five (5) contract awards. The Government reserves the right to award more or less or none at all, as determined to be in the best interest of the Government. This acquisition is solicited as a competitive 100% set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The applicable NAICS code is 562991 - Portable Toilet Renting and/or Servicing, with a size standard of $7.0 million. The Federal Supply Class (FSC) is W045. The Standard Industrial Classification (SIC) is 7359. Title: Non-sewer Portable Latrines, Handwash Stations and associated services (See attached Performance Work Statement). The period of performance is: Ordering Period: 14 September 2012 - 13 September 2015 The following provisions and/or clauses apply to this acquisition. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.216-22, Indefinite Quantity FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.216-18 Ordering FAR 52.216-19 Ordering Limitations; MINIMUM DELIVERY ORDER = $3,000, MAXIMUM DELIVERY ORDER = $250,000, AND MINIMUM GUARANTEE = $10,000. FAR 52.216-22 Indefinite Quantity, the contractor shall not be required to make any deliveries under this contract after 13 August 2015. FAR 52.216-27 Single or Multiple Awards FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Terms of the Contract FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.232-18 Availability of Funds FAR 52.222-41 Service Contract Act of 1965 - This Statement is for Information Only. Occupational Codes - Titles for service employees are identified but not limited to: #01320 Service Order Dispatcher, #31361, Truck Driver-Light, and #99730, Refuse Collectors. The applicable wage determination is WD#2005-2053 (Rev. 14) and can be found at http://www.wdol.gov. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 1989) FAR 52.222-50 Combating Trafficking in Persons FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III INSTRUCTIONS TO OFFERORS: All Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. All proposals must be submitted in accordance with paragraph 8, Instructions to Offerors of the Performance Work Statement. Proposals must be received no later than 4 September 2012, 1400 HOURS, PST. The government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Questions will only be accepted in writing to the Contract Specialist, Romona Kelly at email address romona.f.kelly.civ@mail.mil NO LATER THAN 27 August 2012, 1200, PST. Verbal questions will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered responsive. Attachments: Performance Work Statement Attachments #1 - #3 Technical Exhibits #1 - #5
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4fcc325340924009378ee0f6d25d41d8)
 
Place of Performance
Address: MICC - Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
 
Record
SN02847667-W 20120823/120821235217-4fcc325340924009378ee0f6d25d41d8 (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.