Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2013 FBO #4170
MODIFICATION

W -- Portable Chemical Toilet Leasing and Servicing

Notice Date
4/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C0010303807
 
Response Due
4/24/2013
 
Archive Date
6/22/2013
 
Point of Contact
Charles E. Taylor, 8037513405
 
E-Mail Address
MICC - Fort Jackson
(charles.e.taylor46.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
4/23/2013 - Addendum to Pricing Sheet CLIN Numbers 0002 and 0003- The mentioned CLINs previously stated quantity 12. Amendment changed the quantity for the aforementioned CLINs to 11. See attachment 1 Change 1. ----------------------------------------------------------------------------------- 4/23/2013 - The addendum to PWS Part 5.2.4- Part 5.2.4 previously stated that The Contractor shall install chemical toilets with-in three (3) hours after notification. Emergency situations such as water outages may require response times less than three (3) hours. Portion of the Relocation and Placement of Chemical Toilets has been amended to read: The Contractor shall install chemical toilets with-in 72 hours after notification under normal conditions. Emergency situations such as water outages may require response times within three (3) hours after notification. ----------------------------------------------------------------------------------- 4/22/2013 - The addendum to 52.212-1, Instructions to Offerors -- Commercial items within quote mark Attachment 1 - Clauses quote mark that was originally posted stated quote mark Only offer submitted on the Standard Form (SF) 1449 will be accepted. quote mark This statement is hereby removed. Offers are not required to be submitted on SF 1449. --------------------------------------------------------------------------------- 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 is W9124C-0010303807. This solicitation is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 with a size standard of $7 million. SET ASIDE TYPE: This requirement is being synopsized and solicited as Service Disabled Veteran Owned Small Business Set Aside. CONTRACT LINE ITEM NUMBERS (CLINs): See ATTACHMENT 1 for CLINs and pricing sheet. Contractor shall complete ATTACHMENT 1 with CLIN pricing. REQUIREMENT DESCRIPTION: This synopsis/solicitation is being issued to establish a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to lease and service single seat portable chemical toilets placed at permanent and temporary locations throughout Fort Jackson and McCrady Training Center. This requirement is being solicited for one basic contract year with the option to extend the contract for up to four additional years in one-year increments. Vehicle Requirement: 4X4 Truck (s) for services and deliveries over rough and muddy terrain is required See ATTACHMENT 2 to review the Performance Work Statement (PWS) and applicable Technical Exhibits (TE's). Facsimile proposals are not authorized. PLACE OF PERFORMANCE: Fort Jackson and McCrady Training Center, SC FREIGHT ON BOARD (FOB): Destination INSPECTION AND ACCEPTANCE: Destination by Government OFFER ACCEPTANCE: Quote MUST be valid for 90 calendar days after submission. OFFER SUBMISSION INSTRUCTIONS: See ATTACHMENT 3, page 2, Addendum to 52.212-1 Instructions to Offerors--Commercial Items, for submission instructions PRE-PROPOSAL SITE VISIT: (a) A pre-proposal site visit will be held at Fort Jackson, South Carolina on 19 April 2013 at 9:00 AM EST. The purpose of the site visit is to provide bidders an opportunity to participate in a guided tour of the work site. (b) Attendance at the site visit is urged. Attendance is at the expense of the potential offeror. Attendees shall be prepared to present proof of identification to access the base. (c) All questions regarding this solicitation must be submitted in writing via email to the Contract Specialist, Charles Taylor at Charles.E.Taylor46.civ@mail.mil prior to the site visit. (d) Request potential contractors submit the name(s) and job title(s) of those who will attend the pre-proposal site visit by email to the Contract Specialist, Charles Taylor at Charles.E.Taylor46.civ@mail.mil no later than one day prior to the pre-proposal visit date. (e) Pre-Bid Site Visit Registration and Tour: Registration will take place from 9:00 AM (EST) to 9:10 AM (EST) hours at 4340 Magruder Avenue, Fort Jackson, South Carolina on 19 April 2013. Attendees should ask for Charles Taylor or Nicole Harris. The guided site visit will commence at 9:11 AM, immediately after registration. The tour should be completed no later than 12:00 PM (EST). NOTE: Be prepared to show your driver's license, photo IDs for passengers, vehicle registration, proof of insurance. Please bring proper footwear. Vehicle Requirement: 4X4 Truck(s). Visitation of rough and muddy terrain is required. Contractors will be participating in the site visit utilizing their own vehicles. GENERAL SITE VISIT INSTRUCTIONS You should enter Fort Jackson from exit #12 off of I-77, through the main gate (gate 2). After processing through the main gate, take the first right onto Magruder Avenue. Just before your first 4-way stop at the intersection of Magruder and Hill St, Bldg. 4340 will be on your left hand side. There is a phone located in the front of the building on the left of the door. Please call Charles Taylor at 751-3405 or Nicole Harris at 751-6713 to open the door. CLAUSE AND PROVISION APPLICABILITY: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. An addendum to this provision applies. The provision at 52.212-2, Evaluation-Commercial Items, applies to this requirement. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer submission The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition For a complete listing of applicable clauses and provisions see ATTACHMENT 3 The option clauses in this contract apply at the task order level The following clauses require Offeror completion within ATTACHMENT 3: -52.212-3: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. -252.209-7997 CONTRACT MINUMUM/MAXIMUM QUANTITY AND CONTRACT VALUE: The quantity limitations on any contract resulting from this solicitation are as follows during the contract period: Contract Minimum: $28,755.60 Contract Maximum: $5,260,416.57 The Government is only obligated to the minimum dollar value stated above. The combined total of the orders issued against any contract awarded as a result of this solicitation during the contract period shall not exceed the maximum contract value. The contract period as defined is the extended contract period inclusive of any/all option periods. Funds will be obligated on individual delivery orders. WAGE DETERMINATION: See ATTACHMENT 4 and 5 FUNDING: Funding will be provided at the task order level. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATE FUNDS ARE MADE AVAILABLE. WAWF: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at http://wawf.eb.mil. WAWF Customer Support for assistance toll free number is 866-618-5988. See ATTACHMENT 6 SAM: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by calling the SAM Help Center at 1-866-606-8220. ATTACHMENT LISTING: Attachment 1 - Pricing Sheet (Completion Required) Attachment 2 - Performance Work Statement Attachment 3 - Applicable Clauses (Contains Vendor Fill-in's) Attachment 4 - Area Wage Determination Attachment 5 - Wage Determination Spreadsheet (Completion Required) Attachment 6 - Wide Area Work Flow Information DUE DATE FOR RESPONSES TO THIS RFQ: Offers shall be received no later than 5:00 PM Eastern Standard Time, 24 April 2013. Late quotes may not be considered for evaluation. Questions and quotes shall be emailed to the Contract Specialist, Charles Taylor at Charles.E.Taylor46.civ@mail.mil. Please use reference number W9124C-0010303807on your quote and in the subject line of any email(s). CONTRACTING OFFICE: Mission and Installation Contracting Command - Fort Jackson 4340 Magruder Ave Fort Jackson, SC 29207 PRIMARY POINT OF CONTACT: Charles Taylor, Contract Specialist Charles.E.Taylor46.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7361dc76db377d1b3064b583cd9b82e7)
 
Place of Performance
Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN03043027-W 20130425/130423234641-7361dc76db377d1b3064b583cd9b82e7 (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.