SOLICITATION NOTICE
X -- Portable toilets, VIP trailers, and hand washing stations for Blue Angel Air Show
- Notice Date
- 8/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060414T3102
- Point of Contact
- CHRISTINE TERAMOTO 808-473-7581
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-14-T-3102. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Publication Notice 20140805. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 562991 and the Small Business Standard is $7.5M. This is a 100% set-aside to Small Businesses. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing portable toilets, VIP trailers, and hand washing stations along with cleaning and re-stocking services in support of approximately 60,000 people for the Blue Angels Air Show. The requirement is listed below: CLIN 0001 “QTY: 2 ea. VIP trailers consisting of 10 toilets, sinks, toilet paper dispensers and waste storage tank also including a break-out of cost for servicing on 27 September. CLIN 0002 “ QTY: 6 ea. hand wash stations consisting of double stations with paper towels, and soap dispensers also including a break-out of cost for servicing on 27 September. CLIN 0003 “ QTY: 25 ea. wheel chair accessible units (the wheel chair accessible units do not have to be ADA compliant) also including a break-out of cost for servicing on 27 September. CLIN 0004 “ QTY: 160 ea. portable toilet units (unisex) and equipped with paper seat covers, toilet paper dispenser and attached hand sanitizer. The portable toilet units shall have a door that can be secured from the inside also including a break-out of cost for servicing on 27 September. Water is available via fire hydrants as well as one regular water source that will be located near the Medical Facility. Attachment 1: 52.212-3 Alt I Offeror Representations and Certifications “ Commercial Items Attachment 2: 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law “ Fiscal Year 2014 Appropriations Attachment 3: Wage Determination Attachment 4: Layout of Hickam Airfield Apron/Ramp Exhibit A: Statement of Work Period of performance is 25 September through 29 September 2014. Access will be via Joint Base Pearl Harbor Hickam. The Hickam Airfield Apron/Ramp is the public venue for the Air Show. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management 52.222-41, Service Contract Act of 1965 (NOV 2007) 52.222-42, Statement of Equivalent Rates 31362, WG -7, $17.26 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2011) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.222-99, Establishing a Minimum Wage for Contractors All quoters shall include a completed copy of 52.212-3 ALT I and 252.209-7993 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 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, Alternate A, System for Award Management 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law “ Fiscal Year 2014 Appropriations 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2013) 252.232-7003, Electronic Submission of Payment Requests (JUN 2012) 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of technically acceptable low price and a determination of responsibility. It may be in the Government ™s best interest to issue multiple awards in response to this solicitation due to the non-availability of portable toilets, VIP trailers, and/or hand wash stations during the performance period. Please provide a quote based on the availability of portable toilets, VIP trailers, and/or hand wash stations per the period of performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 11:00 am on Tuesday, 12 August 2014. Contact Christine Teramoto who can be reached at 808-473-7581 or email Christine.teramoto@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3102/listing.html)
- Place of Performance
- Address: HICKAM AIRFIELD APRON/RAMP, JPBHH, HI
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN03455776-W 20140809/140807235639-207e45916c1e166e7251f30f25f42922 (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 |