Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2017 FBO #5826
MODIFICATION

S -- OPTION - Portable Toilets - FEMA Puerto Rico

Notice Date
11/3/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
100 Convention Blvd, San Juan, PR 00907
 
ZIP Code
00907
 
Solicitation Number
RFQ70FBR218Q00000545
 
Response Due
11/7/2017
 
Archive Date
5/6/2018
 
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
AMENDMENT 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 RFQ70FBR218Q00000545 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 2017-11-07 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 11/13/2017 - 02/11/2018 LI 001: FEMA has a need to for portable parties and wash stations must be delivered, and used for the disaster survivors assisting at each DRC's in the determined municipios in Puerto Rico as needed, excluding Mayaguez and Arecibo. BASE PERIOD is 90 Days. PRICING MUST BE PROVIDED ON ATTACHED BID SCHEDULE, ONLY. See attached Bid Schedule and Map. QUANTITIED ARE REFLECTED ON BID SHEET: (1) Regular Portable Toilets 150 each (2) ADA Portable Toilets 60 each (3) Wash Stations 100 each Industry standards will be acceptable for evaluation., 1, LOT; Option 1 Period of Performance: 02/12/2018 - 05/13/2018 LI 001: FEMA has a need to for portable parties and wash stations must be delivered, and used for the disaster survivors assisting at each DRC's in the determined municipios in Puerto Rico as needed, excluding Mayaguez and Arecibo. OPTION PERIOD is 90 Days. PRICING MUST BE PROVIDED ON ATTACHED BID SCHEDULE, ONLY. See attached Bid Schedule and Map. QUANTITIED ARE REFLECTED ON BID SHEET: (1) Regular Portable Toilets 150 each (2) ADA Portable Toilets 60 each (3) Wash Stations 100 each Industry standards will be acceptable for evaluation., 1, LOT; 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, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency 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. award will be made to the responsible Seller whose offer conforming to the solicitation provide the Lowest Price Technically Acceptable (FAR part 15). The order of importance for this bid is price, technical capability, delivery, and past performance. The government will also check records in the Past Performance Information Retrieval System (PPIRS). A rating of śUnacceptable ť in any of the below technical factors or sub-factors will render the entire proposal technically unacceptable and, therefore, not eligible for award. Past performance will be verified by the Contracting Officer. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination OCONUS, 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. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration 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 https://www.acquisition.gov/far/. Local area preference set-aside: (offerors must complete and submit the certification at 52.226-3 “ Disaster or Emergency Area Representation and provide information supporting it certification.) ////SEE PDF ATTACHED CLAUSES///////// Local Contractor must have (show) plan for delays in shipping from the mainland to Puerto Rico in their bid. Must meet requirements of FAR 52.226-3, FAR 52.226-4, and FAR 52.226-5 and be operating within DR4339PR (entire commonwealth of Puerto Rico) which will be verified upon selection for award or otherwise will be determined to be ineligible to receive an award. ////SEE PDF ATTACHED CLAUSES///////// Evaluation Exclusive of Options (Apr 1984) The Government will evaluate offers for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes. Option to Extend Services (Nov 1999) 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 a) The Government may extend the term of this contract by written notice to the Contractor within __30 days_ provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30 days__ 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 ___18 months_ The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to ”The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/. As prescribed in 17.208(c), insert a provision substantially the same as the following: Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ™s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either ”The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/. Multiple Awards May Be Made from This Solicitation. Please review questions and answers before submitting. This helps eliminate duplicate questions and responses and saves time. Questions already asked and answered may, at the discretion of the Government, be replied: See Previous Questions and Answers. NO QUESTIONS WILL BE ANSWERED AFTER POSTED QUESTION DEADLINE DATE/TIME> Prior to award the Government will inspect all vehicles to insure they are safe working condition, and are available for performance of the contract. At no time with the contractor use the contracted trucks for any other purpose than performance of the Government contract. (a) Standard inspection requirements are contained in the clauses prescribed in 46.302 through 46.308, and in the product and service specifications that are included in solicitations and contracts. (b) The clauses referred to in (a) of this section-- (1) Require the contractor to provide and maintain an inspection system that is acceptable to the Government; (2) Give the Government the right to make inspections and tests while work is in process; and (3) Require the contractor to keep complete, and make available to the Government, records of its inspection work. As prescribed in 46.304, insert the following clause: Inspection of Services -- Fixed-Price (Aug. 1996) (a) Definition: śServices, ť as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may -- (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may -- (1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or (2) Terminate the contract for default. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/RFQ70FBR218Q00000545/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04731108-W 20171105/171103230701-613d3dd04b6c2b010a3e28668d2ff99d (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.