Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

W -- Rental, Cleaning, and Sewage disposal Services of Portable Latrines - PWS

Notice Date
2/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-17-Q-SB00
 
Archive Date
3/18/2017
 
Point of Contact
Susan Burraston, Phone: 801-777-3499, Jerry Meeks, Phone: 8017773505
 
E-Mail Address
susan.burraston@us.af.mil, jerry.meeks.1@us.af.mil
(susan.burraston@us.af.mil, jerry.meeks.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS PWS 15 Feb 2017 Combined Synopsis/Solicitation • I. This is a combined synopsis/solicitation for the acquisition of services prepared in accordance with the format in FAR Subpart 37.1, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. FAR Subpart 13.5 Simplified Procedures for Commercial Items will be utilized. • II. The solicitation number: FA8201-17-Q-SB00 This solicitation is issued as a request for quotation (RFQ). • III. This solicitation documents, and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95, Department of Defense Federal Acquisition Regulation Supplement Publication Notice 20161222, and Air Force Acquisition Circular 2017-0127. • IV. Business Size Selection Contracting Officer's Business Size Selection Small Business Set-Aside NAICS Code 562991 Small Business Size Standard $7.5 million • V. Description of item(s)/services to be acquired: Item NO Nomenclature UI QTY 0001 Rental, cleaning, and maintenance of 22 Polyethylene Portable Latrines at UTTR, DET 1 area. Mos 12 0002 Contingency Plan: Rental, cleaning, and maintenance of additional portable toilets at various UTTR, DET 1 areas as needed for periodic surges to mission requirements. See details in PWS. Mos *NTE 6 1001 Rental, cleaning, and maintenance of 22 Polyethylene Portable Latrines at UTTR, DET 1 area. Mos 12 1002 Contingency Plan: Rental, cleaning, and maintenance of additional portable toilets at various UTTR, DET 1 areas as needed for periodic surges to mission requirements. See details in PWS. Mos *NTE 6 2001 Rental, cleaning, and maintenance of 22 Polyethylene Portable Latrines at UTTR, DET 1 area. Mos 12 2002 Contingency Plan: Rental, cleaning, and maintenance of additional portable toilets at various UTTR, DET 1 areas as needed for periodic surges to mission requirements. See details in PWS. Mos *NTE 6 3001 Rental, cleaning, and maintenance of 22 Polyethylene Portable Latrines at UTTR, DET 1 area. Mos 12 3002 Contingency Plan: Rental, cleaning, and maintenance of additional portable toilets at various UTTR, DET 1 areas as needed for periodic surges to mission requirements. See details in PWS. Mos *NTE 6 *NTE = Not To Exceed • VI. DESCRIPTION OF SERVICES/GENERAL INFORMATION : 1. SCOPE OF WORK SUMMARY (see detailed PWS) 1.1. Item No. 0001: The contractor shall provide to the Utah Test and Training Range Detachment 1 (UTTR, DET 1), all necessary personnel, supervision, management, tools, equipment, materials, maintenance, and any other items or services necessary to the rental, weekly cleaning, and sewage disposal services for a base of twenty-two (22) portable latrines with hand sanitizer units located at UTTR, DET 1. 1.2. Item No. 0002: The contingency plan for periodic surges to meet mission requirements is as follows: 1.2.1. Surges will occur approximately 3 times per year (Spring, Summer, Fall). 1.2.2. An additional six (6), NTE twenty-eight (28) portable toilets with hand sanitizer units shall be provided as needed for these surges; 1.2.1.1 A minimum of 48 hours' notice shall be given for delivery of additional units needed for each surge period. 1.2.1.2 Requirement is for delivery and set up of additional units throughout the UTTR, DET 1 as specified in the mission requirements. 1.2.1.3 Portable toilets will be used for a time period of approximately 30 days, NTE 60 days. 1.3. All of the portable toilets will be located and maintained throughout the UTTR, DET 1 area with movement of the toilets as needed to locations specific to each mission requirement; 1.3.1. Additional units to include same weekly cleaning and maintenance. 1.4. A total of three Option Years may be exercised. • VII. SERVICES/DELIVERY SUMMARY : •a) Service Delivery : All contractor services detailed in the PWS will be performed on the Utah Test and Training Range. Due to mission and safety requirements it is imperative that servicing personnel contact POC at UTTR, DET 1 prior to accessing the range for possible changes/updates to safety and security requirements. •b) Dates and Place of Delivery : 11 March 2017 to 10 March 2020 Utah Test and Training Range (UTTR) Detachment 1 Dugway Proving Grounds (DPG) Dugway, Utah •c) Delivery and installation is to be completed within 60 days After Date of Contract (ADC). **All items to be shipped FOB Destination** SITE VISIT SUMMARY : Site Visit: A site visit is scheduled for all parties submitting quotes. The site visit will take place at Dugway Proving Grounds (DPG), Dugway, Utah gate on Thurs. 23 February 2017 at 10:00 a.m. **To be able to attend the site visit, please submit the following information by 1:00 p.m., (1300 MST) Tuesday 21 February 2017 to susan.burraston@us.af.mil : •· Full Name •· DOB (Date of Birth) •· Driver's License Number and State Issued •· NOTE: Persons submitted for access; •1. Cannot be a felon •2. No foreign nationals, and •3. No warrants for arrest. •VIII. The provision at 52.212-1, Instructions to Offers - Commercial (Jan 2017), applies to this acquisition. •a) Provide CAGE Code when submitting a quote •b) Offerors are cautioned that Hill AFB, UT has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Late submissions of offers will be processed in accordance with FAR 52.212-1 (f) "Late submissions, modifications, revisions, and withdrawals of offers." •c) The Government intends to award a Firm Fixed Price contract for this requirement. However, the Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. • IX. IAW with FAR clause 52.212-2 : Evaluation -- Commercial Items (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. THE FOLLOWING FACTORS SHALL BE USED FOR EVALUATION: Price. •a) Evaluation will be based on the Lowest Priced Offeror who conforms to the technical requirements of the solicitation and PWS. All offers will be evaluated on their proposed total price. The contract will be awarded to the company with the lowest price, which also fully meets all specifications. Only the lowest priced quote will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). •b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. • X. Offeror's shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Oct 2014), with its offer. • XI. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition and a statement regarding any addenda to the clause. • XII. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2017) •XIII. IAW FAR 52.217-8, Option to Extend Services •a) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30 days________. The clause at 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management (Oct 2016) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American--Supplies (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) •52.233-3 Protest After Award (Aug 1996) •52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 5352.201-9101 Ombudsman •a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. •b) Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. •c) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). •d) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. • i. The ombudsman has no authority to render a decision that binds the agency. • ii. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) •XIV. Defense Priorities and Allocations System (DPAS): N/A • XV. Proposal Submission Information: Offers are due by COB 1600 MST, Fri. 3 Mar 2017 via electronic mail to susan.burraston@us.af.mil •XVI. All questions on this requirement should be directed by email to : Susan Burraston, susan.burraston@us.af.mil, or Jerry G. Meeks Jr., jerry.meeks.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-17-Q-SB00/listing.html)
 
Place of Performance
Address: Utah Test and Training Range (UTTR) Detachment 1 (DET 1), Dugway Proving Grounds, Dugway, Utah, 84022, United States
Zip Code: 84022
 
Record
SN04405437-W 20170218/170216234806-2c88f1a2cbe545cf8a7d4cf57c20f0ff (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.