Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
MODIFICATION

J -- Option Final Bid - Portable Toilets

Notice Date
5/24/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
6650 Meloy Dr, Ft Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
0010994599
 
Response Due
5/30/2017
 
Archive Date
11/26/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 0010994599 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-30 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Carlisle Barracks, PA 17013 The MICC Fort Benning requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 07/01/2017 - 06/30/2018 LI 001: Standard Chemical Portable Public Toilet (Base Year)- Standard Chemical Portable Toilets Usage & Service. Reference Specifications See PWS paragraphs 2.1.2. Period of Performance: 1 July 2017 - 30 June 2018., 75, EA; LI 002: Handicapped Event Chemical Portable Toilet (Base Year) - Handicapped Chemical Portable Public Toilets Usage & Service. Reference Specifications paragraphs 2.1.3. Period of Performance: 1 July 2017 - 30 June 2018, 24, EA; LI 003: Special Event Cleanings (Base Year), quantity 5 each time (covers all toilets at USAHEC during that event; 1 cleaning consists of all portable toilets onsite at that time) # Special Cleanings Usage & Service. Reference Specifications paragraphs 2.1.4. Period of Performance: 1 July 2017 - 30 June 2018, 5, EA; LI 004: Permanent Onsite Chemical Portable Public Toilet (Base Year), (4 per month, 2 regular toilets and 2 handicapped accessible toilets) cost includes weekly service/cleaning. Toilets to remain on trail year round. Reference Specifications paragraphs 2.1.1. Period of Performance: 1 July 2017 - 30 June 2018, 48, EA; Option 1 Period of Performance: 07/01/2018 - 06/30/2019 LI 001: Standard Chemical Portable Public Toilet (Option Year I)- Standard Chemical Portable Toilets Usage & Service. Reference Specifications See PWS paragraphs 2.1.2., 75, EA; LI 002: Handicapped Event Chemical Portable Toilet (Option Year I) - Handicapped Chemical Portable Public Toilets Usage & Service. Reference Specifications paragraphs 2.1.3., 24, EA; LI 003: Special Event Cleanings (Base Year), quantity 5 each time (covers all toilets at USAHEC during that event; 1 cleaning consists of all portable toilets onsite at that time) # Special Cleanings Usage & Service. Reference Specifications paragraphs 2.1.4., 5, EA; LI 004: Permanent Onsite Chemical Portable Public Toilet (Base Year), (4 per month, 2 regular toilets and 2 handicapped accessible toilets) cost includes weekly service/cleaning. Toilets to remain on trail year round. Reference Specifications paragraphs 2.1.1., 48, EA; Option 2 Period of Performance: 07/01/2019 - 06/30/2020 LI 001: Standard Chemical Portable Public Toilet (Option Year II)- Standard Chemical Portable Toilets Usage & Service. Reference Specifications See PWS paragraphs 2.1.2., 75, EA; LI 002: Handicapped Event Chemical Portable Toilet (Option Year II) - Handicapped Chemical Portable Public Toilets Usage & Service. Reference Specifications paragraphs 2.1.3., 24, EA; LI 003: Special Event Cleanings (Option Year II), quantity 5 each time (covers all toilets at USAHEC during that event; 1 cleaning consists of all portable toilets onsite at that time) # Special Cleanings Usage & Service. Reference Specifications paragraphs 2.1.4., 5, EA; LI 004: Permanent Onsite Chemical Portable Public Toilet (Option Year II), (4 per month, 2 regular toilets and 2 handicapped accessible toilets) cost includes weekly service/cleaning. Toilets to remain on trail year round. Reference Specifications paragraphs 2.1.1., 48, EA; Option 3 Period of Performance: 07/01/2020 - 06/30/2021 LI 001: Standard Chemical Portable Public Toilet (Option Year III)- Standard Chemical Portable Toilets Usage & Service. Reference Specifications See PWS paragraphs 2.1.2., 75, EA; LI 002: Handicapped Event Chemical Portable Toilet (Option Year III) - Handicapped Chemical Portable Public Toilets Usage & Service. Reference Specifications paragraphs 2.1.3., 24, EA; LI 003: Special Event Cleanings (Option Year III), quantity 5 each time (covers all toilets at USAHEC during that event; 1 cleaning consists of all portable toilets onsite at that time) # Special Cleanings Usage & Service. Reference Specifications paragraphs 2.1.4., 5, EA; LI 004: Permanent Onsite Chemical Portable Public Toilet (Option Year III), (4 per month, 2 regular toilets and 2 handicapped accessible toilets) cost includes weekly service/cleaning. Toilets to remain on trail year round. Reference Specifications paragraphs 2.1.1., 48, EA; Option 4 Period of Performance: 07/01/2021 - 06/30/2022 LI 001: Standard Chemical Portable Public Toilet (Option Year III)- Standard Chemical Portable Toilets Usage & Service. Reference Specifications See PWS paragraphs 2.1.2., 75, EA; LI 002: Handicapped Event Chemical Portable Toilet (Option Year III) - Handicapped Chemical Portable Public Toilets Usage & Service. Reference Specifications paragraphs 2.1.3., 24, EA; LI 003: Special Event Cleanings (Option Year III), quantity 5 each time (covers all toilets at USAHEC during that event; 1 cleaning consists of all portable toilets onsite at that time) # Special Cleanings Usage & Service. Reference Specifications paragraphs 2.1.4., 5, EA; LI 004: Permanent Onsite Chemical Portable Public Toilet (Option Year III), (4 per month, 2 regular toilets and 2 handicapped accessible toilets) cost includes weekly service/cleaning. Toilets to remain on trail year round. Reference Specifications paragraphs 2.1.1., 48, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Benning intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. MICC Fort Benning is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. The selected Offeror must comply with the Government requirement to submit invoices through Wide Area Workflow. Information pertaining to Wide Area Workflow may be viewed at http://www.dfas.mil/contractorpay/electroniccommerce/wideareaworkflow.html Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, considering price alone. "Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award." Award for All or None. The Government intends to award one (1) purchase order as a result of this solicitation. Offers received for less than the stated number if items listed in the solicitation will be considered ineligible for award. Offeror must be registered in The System for Award Management (SAM), which took the place of the Central Contractors Registration (CCR) SAM consolidated the Federal Procurement Systems and the Catalog of Federal Domestic Assistance. Currently CCR, FedReg, ORCA and EPLS have been migrated into SAM. If your information is already in CCR, you do not have to reload your information in the SAM website. However, if the Offeror is not registered under SAM it may do so at the SAM website: http://www.sam.gov. All Registrations must be "active" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Personal Identity Verification of Contractor Personnel Instructions to Offerors Evaluation - Commercial Items Notice of 100% Small Business Set-Aside Utilization of Small Business Concerns Small Business Subcontracting Plan Buy American Act Supplies 252-225-7001 Restriction on Certain Foreign Purchases Insurance Work on a Government Installation Payment by Electronic Funds Transfer - Central Contractor Registration Electronic Submissions of Payment Requests Wide Area Workflow Payment Instructions Transportation of Supplies by Sea w/ALT III Payments 52.232-25 I Prompt Payment. As prescribed in 32.908(a), insert the following clause: (a) As authorized in 32.905(a)(2)(ii), the Contracting Officer may modify the date in subdivision (a)(6)(i) of the clause to specify a period longer than 5 working days for constructive acceptance, if considered appropriate due to the nature of the supplies or services to be received, inspected, tested, or accepted by the Government. (b) As prescribed in 32.906(a) and only as allowed under agency policies and procedures, the Contracting Officer may insert in paragraph (b) of the clause a period shorter than 30 days (but not less than 7 days) for making contract financing payments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1b6bfb315979808ca039d12eddf7f9ad)
 
Place of Performance
Address: Carlisle Barracks, PA 17013
Zip Code: 17013-5019
 
Record
SN04520356-W 20170526/170524235000-1b6bfb315979808ca039d12eddf7f9ad (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.