Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2013 FBO #4221
MODIFICATION

W -- AMENDMENT to [Revise CLIN 0001, CLIN Pricing Table (0002, 0003, and 0004), and the Contract Minimum Amount] Portable Latrine Services for the 75th Training Command Mission, Houston, Texas

Notice Date
6/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-13-T-0001
 
Response Due
6/18/2013
 
Archive Date
8/12/2013
 
Point of Contact
rumi.shimooka, 210-466-2208
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(rumi.shimooka@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this Amendment is: (1) to revise CLIN 0001 description from 'Kick-Off Meeting' to 'Post Award Conference/Periodic Progress Meeting' and add NTE amount $500.00; (2) to revise CLIN PRICING TABLE for CLINs 0002 through 0004; and (3) to revise the Contract Minimum Amount from '$200.00' to read 'NTE $500.00' under CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE listed in this combined synopsis/solicitation. Contract Maximum Amount is still the same as '$110,168.00.' Please see the attached revised RFQ CLIN Structures with CLIN PRICING TABLE for the revisions described in the paragraphs (1) and (2) above. Response Date is the same as 03:00 PM (CST) on 18 June 2013. All other terms and conditions remain the same. ***************************************************************************** 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 Mission and Installation Contracting Command (MICC) - Fort Sam Houston (FSH) has a requirement to provide Portable Latrine Services during the 75th Training Command mission that will take place in several different locations in the Houston area in Texas. The contract type is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) with a five (5) year ordering period. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 W9124J-13-T-0001 issued as a Request For Quote (RFQ) and is conducted as a commercial item procurement in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, 28 February 2013, and Defense Acquisition Circular DPN 20130516, 16 May 2013. The solicitation is a 100% Small Business set aside and all interested offerors shall submit written quotes (oral quotes will not be accepted). The North American Industry Classification System (NAICS) code for this project is 562991 with a size standard $7,000,000.00. Wage Determination Reference Number 05-2515. The purpose of this combined synopsis/solicitation is to provide thirty (30) Portable Latrines to include twenty-eight (28) Regular Latrines (4' wide by 4' deep by 7' high), two (2) Handicap Portable Latrines (6' wide by 6' deep by 6' high), as well as maintenance, cleaning, and removal upon short notification at five (5) different locations simultaneously in the Houston area in Texas. Offerors are required to provide a price for all contract line items including the Contractor Manpower Reporting (CMR) per paragraph 1.4.5 in the attached Performance Work Statement (PWS). Offerors are required to indicate both the Unit Price and the Total Cost with the breakdown to indicate the daily cost of the portable latrines including all costs per the paragraphs 1.1 and 1.3 in the attached PWS. Please refer to the attached PWS for the specific response time and all the other requirements. The detailed requirements for the Contract Line Item Numbers (CLIN) are listed in the RFQ CLIN Structures which is attached to this synopsis as the Additional Documents. The offeror is solely responsible for the performance of all inspection requirements and quality control. The following provisions and clauses are applicable and included to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012). ***1. Provide price for all contract line items: 0001 through 0004. (see the attached RFQ with CLIN PRICING TABLE) ***2. Provide Technical Capability Statement: see below. IMPORTANT It is in the Offeror's best interest to thoroughly read the Performance Work Statement, follow the instructions in FAR Clauses 52.212-1, Addendum to FAR Clause 52.212-1, FAR Clause 52.212-2, and Addendum to FAR Clause 52.212-2. ADDENDUM to 52.212-1 ADDENDUM to 52.212-1 (c), Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. ADDENDUM to 52.212-2 - Evaluation - Commercial Items Addendum to 52.212-2 is as follows: BASIC FOR AWARD (a) The Government intends to award one (1) contract as a result of this solicitation to the responsible offeror whose offer conforming to the solicitation and is deemed to be the Lowest Price Technically Acceptable (LPTA) offer. In addition to the signed Price Quote with CLIN PRICING TABLE, the offeror shall submit a statement that it has read and understands the requirements in the PWS and take no exception to the requirements. If the offeror is unable to meet one or more of the requirements, a page entitled quote mark EXCEPTIONS quote mark shall be provided with its offer which lists the requirement(s) in which the offeor is unable to meet. Offerors shall BE AWARE that any EXCEPTION to the government's PWS may deem the offeror non-responsive and thereby will be considered ineligible for award. (b) The Government will evaluate offers for award purposes by adding the total price for all ordering periods to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the ordering period prices are significantly unbalanced. The government will also evaluate its option to extend services (see FAR Clause 52.217-9) by adding six (6) months of the offeror's final price to the offeror's total price. Offerors shall not submit a price for the potential six month extension of services period. Evaluation of the six month extension period shall not obligate the Government to exercise the option to extend services. (c) Past Performance will be evaluated based on information obtained using internal systems. Offerors are not required to submit Past Performance information. The Government will use information obtained using other sources, such as the Past Performance Information Retrieval System (PPIRS) or similar systems. The offeror will either be deemed acceptable or non-acceptable in this area. Any offeror which has no relevant Past Performance will be deemed acceptable. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (e) The IDIQ contract and the first task order will be awarded simultaneously. The first task order requirement is outlined in CLIN 0001 and PWS 1.6.9. The government reserves the right to evaluate quotes and award a contract without discussions with offerors. FAR 52.212-3 Offeror Representations and Certifications - Commerical Items; FAR 52.212-4 - Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition under para (b), the following clauses are incorporated: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012), (6) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), (7) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012), (12) 52.219-6 Notice of Total Small Business Aside (Nov 2011), (23) FAR 52.219-28 Post Award Small Business Program Representation (Apr 2012), (26) 52.222-3 Convict Labor (June 2003), (27) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012), (28) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (29) 52.222-26 Equal Opportunity (Mar 2007), (30) 52.222-35 Equal Opportunity for Veterans (Sep 2010), (31) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), (32) 52.222-37 Employment Reports on Veterans (Sep 2010), (33) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), (34) 52.222-54 Employment Eligibility Verification (Jul 2012), (38) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), (42) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), (47) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), and under para (c) the following clauses are incorporated: (1) 52.222-41 Service Contract Act of 1965 (Nov 2007), (4) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009). FAR 52.204-99 System for Award Management Registration (August 2012), FAR 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010), FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012), FAR 52.216-1 TYPE OF CONTRACT (APR 1984), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2002) [the fill-in for paragraph (a) is 30 days and 60 days, and paragraph (c) is 66 months], 52.232-18 AVAILABILITY OF FUNDS (APR 1984). FAR 52.233-2 SERVICE OF PROTEST (SEP 2006), (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mission and Installation Contracting Command (MICC) Center - Fort Sam Houston (FSH), 2205 Infantry Post Road, Building 603 Fort Sam Houston, Texas 78234-1361. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012), Army Local Clauses 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) and 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011). FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb1998): This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/. FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.201-1 Definitions (Jan 2012), 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (OCT 2010), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (DEC 2012), 52.232-1 Payments (APR 1984), 52.237-3 Continuity Of Services (JAN 1991), 52.242-13 Bankruptcy (JUL 1995), 52.242-15 Stop-Work Order (AUG 1989), 52.245-9, Use And Charges (APR 2012), 52.246-2 Inspection Of Supplies--Fixed Price, 52.252-6 Authorized Deviations In Clauses, 52.253-1 Computer Generated Forms; DFARS 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, 252.212-7000, Offeror Representations and Certifications- Commercial Items, 252.232-7010 Levies on Contract Payments. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2012), applies to this acquisition under para (a), the following clause is incorporated: FAR 52.203-3 Gratuities (APR 1984). The following clauses are also included to this procurement: FAR 52.216-18 ORDERING (OCT 1995), (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date contract awardedthrough the date contract ended. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered quote mark issued quote mark when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-21 REQUIREMENTS (OCT 1995), (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as quote mark estimated'' or quote mark maximum quote mark in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the date contract ended. CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE: The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM MINIMUMMAXIMUMMAXIMUM QUANTITYAMOUNTQUANTITYAMOUNT N/A NTE $500.00N/A $110,168 IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration status during the entire term of the contract. SAM can be accessed at https://www.sam.gov in accordance with FAR 52.204-7. To be registered in SAM, the offerors must first have a DUNS number (http://fedgov.dnb.com/webform) and CAGE code (https://eportal.nspa.nato.int/AC135PUBLIC/scage/CageList.aspx). The offerors are also required to complete on-line Offeror Representations and Certifications Application (ORCA) in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Any award resulting from this solicitation will include DFARS Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012). Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Please submit all quotes electronically to: Rumiko Shimooka at rumiko.shimooka.civ@mail.mil no later than 03:00 PM (CST) on/before 18 June 2013. All responsible vendors may submit a quote, which shall be considered by the agency. Contracting Office Address: Fort Sam Houston Contracting Office 2205 Infantry Post Road, Bldg 604 Fort Sam Houston, TX 78234-1361 Place of Performance: Houston area in Texas Point of Contact(s): Sherrill S. King, Contracting Officer Fort Sam Houston Contracting Office Email: sherrill.s.king.civ@mail.mil Commercial: (210) 466-2206 Fax: (210) 466-2229 Rumiko Shimooka, Contract Specialist Fort Sam Houston Contracting Office Email: rumiko.shimooka.civ@mail.mil Commercial: (210) 466-2208 Fax: (210) 466-2229 Attachments: 1. Revised RFQ CLIN Structures with CLIN PRICING TABLE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/394afbae7ac54761a7a51bb5db6c440e)
 
Record
SN03089281-W 20130615/130614000005-394afbae7ac54761a7a51bb5db6c440e (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.