Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

X -- Rental of Portable Toilets - Statement of Work (SOW) - Price Schedule

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN-17-Q-9284
 
Archive Date
5/24/2017
 
Point of Contact
Janie L. Roney, Phone: 4123957474, ,
 
E-Mail Address
janie.l.roney@usace.army.mil,
(janie.l.roney@usace.army.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Price Schedule Statement of Work (SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation 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. The solicitation number is W911WN-17-Q-9284. It is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The NAICS Code for this acquisition is 56299, Septic Tank and Related Services. The Small Business Size Standard for this NAICS Code is $7.5 Million. This requirement is 100% Set-Aside for Small Business concerns. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov In the event that you provide the low quote, please be advised your registration in the System for Award Management (SAM) must be current / active. Registration is FREE to all vendors. PLEASE ensure your annual SAM registration is current. If it has expired, or will expire soon, PLEASE START THE RENEWAL PROCESS TODAY if you intend to submit a quote. This requirement is to provide Rental of Portable Toilets based on the attached Statement of Work (SOW). Contract will be One (1) Base Period with Two (2) Option Periods. Quantity & Performance Period for Base Period (2017) Sixteen (16) Units: Delivery Date - 15 May 2017, Removal 29 September 2017 Eight (8) Units: Delivery Date - 26 May 2017, Removal Date 30 May 2017 Eight (8) Units: Delivery Date - 30 June 2017, Removal Date 05 July 2017 Eight (8) Units: Delivery Date - 01 September 2017, Removal Date 05 September 2017 Quantity & Performance Period for Option Year 1 (2018) Sixteen (16) Units: Delivery Date - 14 May 2018, Removal Date 28 September 2018 Eight (8) Units: Delivery Date - 25 May 2018, Removal Date 29 May 2018 Eight (8) Units: Delivery Date - 29 June 2018, Removal Date 05 July 2018 Eight (8) Units: Delivery Date - 31 August 2018, Removal Date 04 September 2018 Quantity & Performance Period for Option Year 2 (2019) Sixteen (16) Units: Delivery Date - 13 May 2019, Removal Date 27 September 2019 Eight (8) Units: Delivery Date - 24 May 2019, Removal Date 28 May 2019 Eight (8) Units: Delivery Date - 03 July 2019, Removal Date 08 July 2019 Eight (8) Units: Delivery Date - 30 August 2019, Removal Date 03 September 2019 Delivery Location: USACE Berlin Lake, Mill Creek Campground 7400 Bedell Road Berlin Center, OH 44401 FOB Point: Destination Inspection/Acceptance: Destination A Price Schedule is attached to this announcement. The Price Schedule is to be completed and returned with your quote. Award will be based on the lowest priced quote. 52.252-1 Solicitation Provisions Incorporated by Reference 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 (End of provision) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addenda to 52.212-1, Instructions to Offerors-Commercial 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.217-5 Evaluation of Options 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure Offerors are expected to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print the provision, complete it manually, and submit with your offer. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to 52.212-4, Contract Terms and Conditions-Commercial Items 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7006 Prohibition on Storage And Disposal Of Toxic And Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act 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 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 52.217-7 Option for Increased Quantity - Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days prior to the contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable as follows: 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 52.222-19 Child Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combatting Trafficking In Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management Offers are due by 09 May 2017, 11:00 AM EST. Offers will be accepted via email to lrp.contracting@usace.army.mil; or via parcel delivery at: U.S. Army Corps of Engineers, Pittsburgh District, Attn: Jane Roney, W.S. Moorhead Federal Building, 1000 Liberty Avenue, Room 2203, Pittsburgh, PA 15222-4186; or via fax 412-395-7110. Offerors must reference this solicitation number, W911WN-17-Q-9284, in the subject line of the email or the return address of the parcel or the cover sheet of the fax. Please be sure to include a completed Price Schedule and, if it is not up-to-date in SAM, a completed copy of Provision 52.212-3 Offeror Representations and Certifications - Commercial Items. Please provide the following information for your company: Company Name (Same as in SAM): _______________________________________ Address (Same as in SAM): ______________________________________________ DUNS: ________________________________________ CAGE: ________________________________________ Point of Contact: __________________________________ POC Phone Number: _______________________________ POC Email: ______________________________________ Our company (does or does not) ___________ fit the Small Business Size Standard listed above. Company Representative Authorized to Submit Bid:____________________________ Signature: _________________________________ Date: ________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-17-Q-9284/listing.html)
 
Place of Performance
Address: United States
 
Record
SN04487261-W 20170428/170427000302-e48fe09087a884ae35eca7f35b00c8d8 (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.