Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOURCES SOUGHT

W -- Portable Toilets VAFB - Package #1

Notice Date
8/29/2018
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
MILLS_F4D3D18178A001
 
Archive Date
10/15/2018
 
Point of Contact
Darla M Mills, Phone: 8056064692
 
E-Mail Address
darla.mills@us.af.mil
(darla.mills@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Environmental Specs DoL Wage Determination Questionnaire Performance Work Statement Request for Quotation Template 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. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D18178A001. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 and DFARS DPN 20180629. North American Industrial Classification Standard (NAICS) 562991 and Size Standard of 7.5million dollars apply to this procurement. Purchase Request #: F4D3D18178A001 Project Title: FY19 Portable Toilets Maintenance 1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 2. 2. Quotes shall be valid through 9/30/2018. 3. Please see attached documents for detailed description of requirements. 4. Quotes must be sent to Contract Specialist Darla Mills; darla.mills@us.af.mil no later than 4 September 2018 @ 7:00 AM PST. The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance will be from 1 October 2018 through 30 September 2019. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements on Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation bt Reference of Representations and Certifications 52.204-23 Prohibition on Contracting for Hardware, Software, and Services developed or provided by Kaspersky Lab and Other Covered Entities 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Uneforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.201-7000 Contracting Officer's Representative 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (xi): X (A) N/A (B) 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: GS/WG Equivalent Monetary Wage Fringe Benefit WG-7 $22.88 $8.29 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-status-states-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.212-1 Instructions to Offerors - Commercial Items 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Lowest Price Technically Acceptable determined by the six factors below. 1 Experience/Past History of providing the same or substantially similar services as identified in the Performance Work Statement in the recent three (3) year period preceding this quote. 2. Ability to meet timelines for acknowledging and responding to Government notifications and/or work requests. 3. Ability to meet schedule for unit delivery and placement. 4. Anchoring/securing of unit 5. Ability to supply units in quantities substantially similar to those reflected in the PWS, Appendix, and Historical Data. 6. Ability to meet schedule for servicing of units. 52.212-3, Alt I Reps & Certs 52.252-1 Soliciation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be good through 30 September 2018 at 11:59 PM. Site visit is optional. Quotes must be sent to Darla Mills; darla.mills@us.af.mil no later than 7:00 AM PST on 4 September 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/MILLS_F4D3D18178A001/listing.html)
 
Place of Performance
Address: Vandenberg AFB, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN05061508-W 20180831/180829231154-ce7a4a5a757c3f4481abc64bf2c23a8f (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.