MODIFICATION
S -- COMBINED SYNOPSIS/SOLICITATION TO PROVIDE AND SERVICE PERMANENT AND TEMPORARY SET PORTABLE LATRINES AND PORTABLE HAND WASH STATIONS
- Notice Date
- 7/24/2014
- Notice Type
- Modification/Amendment
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124814T0022
- Response Due
- 8/1/2014
- Archive Date
- 9/22/2014
- Point of Contact
- SaLonda M. Ozier, 270-798-7825
- E-Mail Address
-
MICC - Fort Campbell
(salonda.m.ozier.civ@mail.mil)
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be issued. The Government's intent is to make a single award to the responsive and responsible Lowest Price Technically Acceptable offeror. Quotes must be submitted for all line items as listed herein in order to be considered for award. Solicitation number W91248-14-T-0022 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 dated 30 May 2014. This is a 100% small business set aside requirement. All responsible Small Business Concerns may submit an offer that will be considered by this agency. The NAICS Code is and 562991, quote mark Septic Tank and Related Services, quote mark and the small business size standard is $7,000,000.00. The contractor is responsible for providing all labor, supplies, equipment, and supervision necessary to provide Permanent and Temporary Latrines and Portable Hand Wash Stations as listed in the Statement of Work (SOW). It is contemplated that the Period of Performance will be one 12-Month Base Period and Four (4) 1- Year Option Periods. The complete Offer Schedule, SOW, Technical Exhibits, Wage Determination and associated documents can be downloaded at https://doc.campbell.army.mil under subject solicitation number or at the end of this FedBizOpps announcement under Additional Documentation. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (d), (e), (h), (i) and (k) are deleted. 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil). The provision at 52.212-2 Evaluation- Commercial Items (JAN 1999) (Found on Pages 5-7 of this document) - The following factors shall be used to evaluate offers received: (1) Technical Acceptability to include (a) Experience (b) Capability; (2) Past Performance; (3) Price. To be technically acceptable, the offeror must receive a quote mark Technically Acceptable Rating quote mark for both Technical and Past Performance evaluation factors as defined herein. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. The government may choose to exercise the Extension of Services at the end of any performance period (Base or option periods), utilizing the rates of that performance period. 52.252-1, Solicitation Provision Incorporated By Reference with fill-in information located at (http://farsite.hill.af.mil). The successful offeror must be registered on the System for Award Management (SAM). SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Offerors are instructed to submit completed copies of FAR provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the 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; as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (JAN 2013), The following apply under this clause; 52.252-2 Clauses Incorporated by Reference with fill-in http://farsite.hill.af.mil); The following FAR clauses cited within are applicable: 52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); 52.204-7 System for Award Management; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-14, Service Contract Reporting Requirements (JAN 2014); 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.216-1 (Type of Contract (April 1984)- with fill-in as: fixed price requirement; 52.216-18 (Ordering (Oct 1995) - with fill-in as: 12 month base period; 52.216-19 - Order Limitations (Oct 1995) - with fill-in as: (a) N/A; (b) (1) - 540 each; (b)(2) - 540 each; (b)(3) 30 calendar days; 52.217-8 - Option to Extend Services (Nov 1999) - with fill-in as: 15 calendar days; 52.216-21-Requirements (OCT 1995) (Alt I) (Apr 1994); 52.217-9 Option to Extend the Term of the Contract (Mar 2000) - with fill-in as: (a) 60 calendar days; 15 calendar days; (c) 06 months; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns (MAY 2014); 52.219-14, Limitations on Subcontracting (NOV 2011); 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-17, Nondisplacement of Qualified Workers (MAY 2014); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) ; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-41 Service Contract Act; 52.222-42 Statement of equivalent Rates for Federal Hires (Fill-in information with 23800, Plumber-Maintenance, $21.51); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54 Employment Eligibility Verification; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18, Availability of Funds: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer (End of clause). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party (MAY 2014); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.233-4 Applicable Law for Breach of Contract Claim; 52.246-23 - Limitation of Liability (Feb 1997) (listed below); The following DFARS clauses cited within are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment. Additional provisions to this solicitation are on the following pages: Offers are due no later than 1 August 2014, 1000 CST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to salonda.m.ozier.civ@mail.mil or via mail to MICC - Fort Campbell, ATTN: SaLonda M. Ozier, 6923 38th & Desert Storm, Fort Campbell, KY 42223-5355. Point of contact for this solicitation is SaLonda M. Ozier, 270.798.7825, salonda.m.ozier.civ@mail.mil. Modification to address questions submitted: Question and Answers: 1.Has a contractor performed similar work to this for the government in the past? A. Yes 2. If available, please provide the incumbent contract number. A. W91248-09-D-0006 3. If you are unable to provide a contract number, is it safe to assume this is a new requirement for the government? A. Yes 4. What is the price of the current contract? A. $1,511,560
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5cdd74306472175f9d6d8bf9969b16a7)
- Place of Performance
- Address: MICC - Fort Campbell,6923 38th & Desert Storm Ave, Fort Campbell KY
- Zip Code: 42223-5705
- Zip Code: 42223-5705
- Record
- SN03436454-W 20140726/140724235051-5cdd74306472175f9d6d8bf9969b16a7 (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 |