SOLICITATION NOTICE
W -- Lease Portable Facilities - Leased Portable Facilities
- Notice Date
- 5/18/2016
- Notice Type
- Presolicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Logistics Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE70-16-R-0005
- Point of Contact
- Carolyn Knight, Phone: 2022123977
- E-Mail Address
-
carolyn.knight@fema.dhs.gov
(carolyn.knight@fema.dhs.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- Draft Leased Portable Facilities Solicitation #HSFE70-16-R-0005 Synopsis Leased Portable Facilities Solicitation #HSFE70-16-R-0005 Leased Portable Facilities Solicitation #HSFE70-16-R-0005 Synopsis Synopsis Synopsis This is a synopsis for commercial items prepared in accordance with FAR Subpart 5.207. HSFE70-16-R-0005 is a request for proposal (RFP) to provide Leased Portable Facilities Service. This requirement will be Full and Open with a Partial Small Business Set Aside. The NAICS codes for this requirement is 562991 - Septic Tank and Related Services It is anticipated that multiple Indefinite Delivery Indefinite Quantity (IDIQ) awards will result from this solicitation for each region. FEMA intends to award a Firm Fixed Price Service Contract with a base period of performance of one year with four twelve Month option periods. The scope of work provides the Federal Emergency Management Agency (FEMA) with Contract for the leasing of portable toilet facilities, including accessible portable toilets to any location throughout the Continental United States (CONUS). The contract includes applicable support equipment and ancillary services. The government's needs herein are defined as "LE," which consists of line items LE-002, LE-002A, LE-009 and LE-016 (described in paragraphs 5.0, LE Contents, and Table 5.0-1. 5.0 LE Contents Leased Equipment with Ancillary Contracted Services (LE) Description Quantity Min/Max Note 1: For items marked Accessible** ramps must include 12' of ramp for every 1' in rise LE-002 Portable Toilets Service 7 x Per Week 6 per shelter population of 100 Min: 6 - Max: 600 LE-002A Portable Toilets, Accessible ** Service 7 x Per Week 2 per shelter population of 100 Min: 2 - Max: 200 LE-009 Fresh Water 2,000 Gallons/per day 1 per kitchen/shelter site Min: 2,000 Gal - Max: 200,000 Gal LE-016 Grey Water 2,000 Gallon Tank 1 per kitchen/shelter site Min: 1 - Max: 45 Table 5.0 -1 Note: The minimum and maximum quantities displayed in Table 5.0 -1 do not reflect the contractual minimum and maximum quantities a single vendor is expected to deliver. Multiple contract awardees will be used to encompass vendor capabilities and capacities to achieve the agency's maximum quantity goals in support of individual disaster events. BASIS FOR AWARD: The Government will make awards to the responsible/responsive offerors whose offer will be most advantageous to the Government based on Best Value. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the SAM website, http://sam.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions required to implement Statutes or Executive Orders--Commercial Items. FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.acquisition.gov/far. Inquiries can be e-mailed to Ms. Carolyn Knight at Carolyn.Knight@fema.dhs.gov no later than June 1, 2016 by 10:00 am EST. The solicitation and any amendments to the solicitation will be posted on the FedBizOpps web-page. The internet address for downloading the solicitation is http://fbo.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFE70-16-R-0005/listing.html)
- Record
- SN04121091-W 20160520/160518234650-49c9a0475a3144f85859224319a8b712 (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 |