Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

W -- Mobile Showers - SOW

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-T-078A
 
Archive Date
8/10/2016
 
Point of Contact
daniel helmig, Phone: 6095627356
 
E-Mail Address
daniel.a.helmig.mil@mail.mil
(daniel.a.helmig.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work 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. Solicitation Number: W15QKN-16-T-078A solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-87, 06 April 2016. (i) This solicitation document is issued as a Request for Quote for Mobile Shower Units at the Army Reserve Center, JBSA-CB 21200 Camp Bullis Rd, Bldg 5044 San Antonio, TX 78257. SEE ATTACHED STATEMENT OF WORK. Period of Performance: 31 July 2016 through 13 August 2016. Drop off of equipment will be 31 July 2016 Pick up of equipment will be 13 August 2016 Equipment and service CLINs: 1. Mobile trailer; QTY 2 EA; Minimum of 20 shower heads per unit. 2. Generator; QTY 1 EA; This generator must have sufficient to support the two shower trailers. 3. Water tank and pumps; QTY 2 EA 4. The contractor shall provide support, maintenance of all equipment and keep them functional and operational. Cleanness shall be performed at a minimum of once a day and equipment failure shall be repair and or corrected within 24 hours. The contractor must provide water for the mobile shower units and fuel for generators. The contractor is responsible for removing waste water daily. (ii) Notice of Total 100% Small Business Set-Aside for the Solicitation. The associated NAICS code is 532490, with size standard of $32.5M. (iii) The requirement shall be Firm Fixed Price (FFP). (iv) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Addendum to 52.212-1 Instructions to Offerors-- Commercial Items FEB 2012: Paragraphs (d), (e), (h), and (i) are hereby deleted from the above referenced provision. a.All questions shall be in writing. Questions shall be e-mailed to Dan Helmig at Daniel.a.helmig.mil@mail.mil. b.Quotes may be e-mailed to Dan Helmig at Daniel.a.helmig.mil@mail.mil. c.PLEASE SUBMIT QUOTES BY 1100EST 26 July 2016. Please ensure quoted price extends out to 30 calendar days. d.Contractors shall quote on all equipment and service CLINS. Line Item pricing shall include all applicable taxes, fees, gratuities, commissions, services charges, etc. The federal government is tax exempt. e.The contractor shall be registered in the System for Award Management at sam.gov. Please ensure your representations and certifications are not expired. f.Include the following information with quote provide: 1)Dun and Bradstreet #__________________________ 2)CAGE(commercial and government entity)code___________________ 3)Federal Tax ID __________________ (v) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition and or Basis of Award. In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the Lowest Price Technically Acceptable quote, and is deemed responsive and responsible by the Contracting Officer. The anticipated award will be a Firm Fixed-Price contract. Offerors must submit quotes on the full quantity identified. Failure to submit all information requested in the instruction to offerors could be cause for rejection of the entire quote. The Contracting Officer reserves the right to make no award under this procedure. The evaluation of quotes will be based on the following factors: a. Technical: Conformance with the Performance Work Statement /solicitation terms and conditions. b. Price: Pricing for each line item must be submitted in the proper format. The proper format consists of QUANTITY * UNIT AMOUNT = NET AMOUNT. In the event there is a difference between a unit price and the extended total, the unit price will be held to the intended price. If the offeror shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended price. Past Performance will be evaluated on a pass/fail basis. (vi) Provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the System for Award Management. (vii) Invoicing and Payments (Wide Area Work Flow (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (viii) The following Federal Acquisition Regulation (FAR) clauses apply to this acquisition: 52.202-1 Definitions NOV 2013 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance JUL 2013 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-3 Offeror Representations and Certification--Commercial Items MAR 2016 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.232-23 Assignment Of Claims MAY 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.244-6 Subcontracts for Commercial Items FEB 2016 52.252-2 Clauses Incorporated By Reference FEB 1998 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.204-10, 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L.109- 282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644); 52.219-28, 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632 (a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (ix) The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies DEC 2008 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7000 Disclosure Of Information AUG 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea APR 2014 (x) Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 52.232-4006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) is incorporated as an attachment on Federal Business Opportunities. AMENDMENTS: Vendors are responsible to check the website below for amendments and changes to this solicitation via the Federal Business Opportunities website at https://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6018838da50bec605b2493108fb45e60)
 
Place of Performance
Address: Camp Bullis, San Antonio, Texas, 78257, United States
Zip Code: 78257
 
Record
SN04192675-W 20160724/160722234135-6018838da50bec605b2493108fb45e60 (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.