Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2013 FBO #4321
SOLICITATION NOTICE

S -- Portable Toilet Rental Services - Statement of Work

Notice Date
9/21/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
436CONSFY14TOILETS
 
Archive Date
10/10/2013
 
Point of Contact
Christian A. Shepherd, Phone: 3026776614, Jonathan C. Roddy, Phone: 3026774969
 
E-Mail Address
christian.shepherd@us.af.mil, jonathan.roddy@us.af.mil
(christian.shepherd@us.af.mil, jonathan.roddy@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work COMPLETE AND RETURN ONE (1) COPY VIA E-MAIL TO: 436 CONTRACTING SQ/LGCA A1C CHRISTIAN SHEPHERD 647 EVREUX STREET DOVER AFB, DE 19902-5639 (302) 677-6614 Voice (302) 677-2907 FAX Christian.shepherd@us.af.mil ALTERNATE CONTACT: TSGT JONATHAN RODDY (302)677-5027 Voice (302)677-2907 FAX Jonathan.Roddy@us.af.mil RETURN NO LATER THAN: 25 September 2013, 4:00 pm EDT. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPARTS 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE SOLICITATION NUMBER IS 436CONSFY14TOILETS AND THIS SOLICITATION IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THE OFFEROR MUST QUOTE ON AN ALL OR NONE BASIS. THE GOVERNMENT INTENDS TO AWARD A FIRM FIXED PRICE CONTRACT. THE GOVERNMENT WILL AWARD A CONTRACT RESULTING FROM THIS COMBINED SYNOPSIS/SOLICITATION TO THE RESPONSIBLE CONTRACTOR THAT PROVIDES THE LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) OFFER. SUPPLIES/SERVICES CONTAINED IN THIS QUOTATION ARE FOR DELIVERY FOB DESTINATION TO DOVER AFB, DE 19902. SUPPLIES FURNISHED UNDER THIS REQUEST FOR QUOTATION ARE OF DOMESTIC ORIGIN UNLESS OTHERWISE INDICATED BY QUOTER. FOB DESTINATION PRICING IS REQUESTED. THIS IS A REQUEST FOR QUOTE, AND QUOTATIONS FURNISHED ARE NOT OFFERS. THIS REQUEST DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN THE PREPARATION OF THE SUBMISSION OF THIS QUOTATION OR TO CONTRACT FOR SUPPLIES OR SERVICES. ANY REPRESENTATIONS AND/OR CERTIFICATIONS ATTACHED TO THIS REQUEST FOR QUOTATION MUST BE COMPLETED BY THE QUOTER. PURCHASE WILL BE MADE UNER THE FOLLOWING NAICS CODE: 562991 PORTABLE TOILET RENTING AND/OR SERVICING. *SEE ATTACHED STATEMENT OF WORK FOR DETAILED DESCRIPTION OF SUPPLY/SERVICE BEING REQUESTED BY THE GOVERNMENT* *Contractor is to furnish all tools, parts, labor, materials, facilities, and transportation necessary to provide the items/services listed. *Additional Instructions: 1. If quoting on an alternate product, please include all specifications in the quotation. 2. Vendors shall be required to provide a valid commercial one year warranty upon award; an electronic copy is preferred. Questions are due NLT 23 September 2013, 4:00 pm EDT. Please submit questions to Christian.Shepherd@us.af.mil. IMPORTANT INFORMATION FOR CONTRACTORS: Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs The following clauses and provisions apply to this solicitation: The following FAR Provisions/Clauses are incorporated by reference; Provisions; 52.212-1, Instructions to Offerors - Commercial Items 52.222-25, Affirmative Action Compliance 52.225-25, Prohibition on Engaging in Sanctioned Activities relating to Iran-Certification 52.237-1, Site Visit 52.242-15, Stop Work order 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clauses; 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions - Commercial Items 52.217-8, Option to Extend Services 52.223-5, Pollution Prevention and Right-to-Know Information 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7010, Levies on Contract Payments 252.247.7024, Notification of Transportation of Supplies by Sea The following FAR Provisions/Clauses are included by Full Text; Provisions; 52.212-3, Offerors Representation and Certification Reports 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clauses; 52.204-9, Personal Identity Verification of Contractor Personnel 52.209-1, Qualification Requirements 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, suspended or proposed for debarment, 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 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, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-44, Fair Labor Standards Act and Service Contract Act -Price Adjustment, 52.222-50, Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13, Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests. 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0160, fax (618) 256-6668, email: gregory.oneal@us.af.mil.] Concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone (703) 588-7004, fax (703) 588-1067. 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 and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Prospective vendors must provide payment terms, delivery time, FOB (destination or origin), name, address, contact info, cage code, federal tax ID, and DUNS numbers, SAM (Formerly known as CCR) registration. Page 5 of this document must be completed and returned to be considered for award. ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL COST 0001 Rental of portable toilet (Standard Unit) including service and relocation as required 4 Units ea/month 12 MO 0002 Rental of Portable Sink Washing Station (Standard Unit) including service 1 unit/day 10 DA 0003 Rental of Portable Toilet (Standard Unit) including service 1 unit/day 30 DA 0004 Rental of Portable Toilet (ADA Compliant Unit) including service 1 unit/day 3 DA TOTAL COST DISCOUNT TERMS: Days ARO for Delivery: NAME AND ADDRESS OF QUOTER: TELEPHONE NO (INCLUDE AREA CODE) FAX NUMBER: E-MAIL ADDRESS: ENROLLED IN SYSTEM FOR AWARD MANAGEMENT (FORMELY KNOWN AS CCR)? Yes____ No____ CAGE CODE NUMBER: DUNS: TAX ID #: SIGNATURE OF PERSON AUTHORIZED TO SIGN: NAME AND TITLE OF SIGNER: DATE OF QUOTATION: 1 Attachment: Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/436CONSFY14TOILETS/listing.html)
 
Place of Performance
Address: Dover AFB, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN03198031-W 20130923/130921233241-c74e3eef8321a5ca0162aaf83bfb323a (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.