Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

W -- Portable Latrines, Handwashing Stations, Shower Trailers, Laundry Trailers, and Water Tank Rentals

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-15-T-9004
 
Response Due
5/11/2015
 
Archive Date
7/6/2015
 
Point of Contact
Rebecca Fowler, 434-298-6206
 
E-Mail Address
USPFO for Virginia
(rebecca.l.fowler6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this posting, dated May 7, 2015 is to answer questions received. This is a combined synopsis/solicitation for commercial services 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81, effective 10 Apr 2015. This solicitation is being issued as a Total Small Business Set-Aside. The Request for Proposal (RFP) number is W912LQ-15-T-9004. The NAICS is 562991 and size standard is $7.5 million. Wage determination General Decision Number WD 2005-2377 (rev.-14), dated 12/22/2014 is applicable to this requirement. This solicitation is being issued on behalf of the Virginia Army National Guard utilizing procedures in FAR Part 12 Commercial Items. The Government intends to award a single lowest-priced, firm-fixed price contract without discussions. Requirement: Non-Personal service to provide all labor, equipment, materials, transportation and management necessary to successfully execute the line items below and the Performance Work Statement. CLIN 0001 Twelve (12) portable latrines May 21 - July 1, 2015 Quantity: 6 Unit of Issue: Weeks CLIN 0002 One hundred forty eight (148) portable latrines June 5 - 20, 2015 Quantity: 2 Unit of Issue: Weeks CLIN 0003 Two (2) hand washing stations May 21 - July 1, 2015 Quantity: 6 Unit of Issue: Weeks CLIN 0004 Fifty-eight (58) hand washing stations June 5 - 20, 2015 Quantity: 2 Unit of Issue: Weeks CLIN 0005 Ten (10) 250 gallon tanks June 5 - 20, 2015 Quantity: 2 Unit of Issue: Weeks CLIN 0006 Five (5) Shower Trailers June 5 - 19, 2015 Quantity: 2 Unit of Issue: Weeks CLIN 0007 Five (5) Laundry Trailers June 5 - 19, 2015 Quantity: 2 Unit of Issue: Weeks CLIN 0008 Potable Water in 250 gallon increments (estimated four deliveries per tank - 4 x 10 = 40) June 5 - 19, 2015 Quantity: 40 Unit of Issue: Each CLIN 0009 Gray Water Pickup and Disposal (estimated four pick-ups per tank - 4 x 10 = 40) June 5 - 19, 2015, Quantity: 40 Unit of Issue: Each CLIN 0010 Contractor Manpower Reporting - Price for compliance with Contract Manpower Reporting (CMR) Quantity: 1 Unit of Issue: Each Description of Requirements: The contractor shall provide all supervision, personnel, facilities, equipment, tools, materials, vehicles, transportation and other items and services necessary to provide portable latrines, hand washing stations, gray water storage and disposal, shower trailers and laundry trailers in accordance with the terms and conditions of this contract. See attached Performance Work Statement for additional information. The resulting contract will require the Contractor to be compliant with the Contract Manpower reporting (CMR) system. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The following provisions are included in this combined synopsis/solicitation: The full text provisions may be accessed electronically at http://farsite.hill.af.mil: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.212-1, Instructions to Offerors -- Commercial Items (JUL 2013); 52.212-3 ALT I, Offeror Representations and Certifications -- Commercial Items 52.237-1, Site Visit 52.252-1, Provisions Incorporated by Reference (fill in - http://farsite.hill.af.mil) 52.252-5, Authorized Deviations in Provisions (fill in 48 CFR Chapter 2, DFARS) 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations The following clauses are included in this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: The full text clauses may be accessed electronically at http://farsite.hill.af.mil: 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 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; additional FAR clauses cited are applicable to the acquisition: 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small 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; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.222-41, Service Contract Labor Standards (DOL WD Attached); 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-55, Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right to Know Information 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment and Vegetation 52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6, Authorized Deviations in Clauses, Defense Federal Acquisition Supplement, Chapter 2 252.201-7000, Contracting Officer's Representative 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, System for Award Management 252.204-7011, Alternative Line-Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.232-7006, Wide Area WorkFlow Payment Instructions 252.243-7001, Pricing of Contract Modifications Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0010 2. Representations and Certifications (52.212-3 Alt 1 and 252.209-7992) This solicitation is being issued as a Total Small Business Set-Aside and only qualified vendors may submit quotes. This solicitation will close on May 11, 2015 at 10:00 a.m. Eastern Time (ET). Offers received after 10:00 am ET on the required date of submission may not be considered unless determined to be in the best interest of the Government. Quotes shall be emailed to Rebecca Fowler at rebecca.l.fowler6.civ@mail.mil. NOTE: Hand carried, faxed or mailed quotes will not be accepted. All questions shall be submitted in writing and delivered via email to rebecca.l.fowler6.civ@mail.mil by 2:00 p.m. ET, Wednesday, May 6, 2015. Attachments: PWS SCA rates
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-15-T-9004/listing.html)
 
Place of Performance
Address: Fort Drum To De Determined Fort Drum NY
Zip Code: 13602
 
Record
SN03723710-W 20150509/150507235040-5695aa1fdcdaa13fa51ee4d98969e850 (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  © 1994-2020, Loren Data Corp.