Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2019 FBO #6356
SOLICITATION NOTICE

X -- Portable Toilet and Sink Services - Guam

Notice Date
4/17/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N0060419Q4039
 
Response Due
4/23/2019
 
Archive Date
5/8/2019
 
Point of Contact
Nelson Uehara (808) 473-7681 nelson.uehara@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060419Q4039. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Publication Notice 20190215. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 562991 and the Small Business Standard is $7.5M. The proposed contract is 100 percent set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001, 12 Months: 2 each portable toilets rental and 1 each handwashing station rental with cleaning two times per week per unit in accordance with the Performance Work Statement. CLIN 1001, 12 Months: 2 each portable toilets rental and 1 each handwashing station rental with cleaning two times per week per unit in accordance with the Performance Work Statement. CLIN 2001, 12 Months: 2 each portable toilets rental and 1 each handwashing station rental with cleaning two times per week per unit in accordance with the Performance Work Statement. CLIN 3001, 12 Months: 2 each portable toilets rental and 1 each handwashing station rental with cleaning two times per week per unit in accordance with the Performance Work Statement. CLIN 4001, 12 Months: 2 each portable toilets rental and 1 each handwashing station rental with cleaning two times per week per unit in accordance with the Performance Work Statement. NOTE: Contractor may be required to relocate equipment with 48 hours based on Port Operations port loading guidance due to heavy weather or typhoon conditions. See PWS for details. Attachments: Attachment 1 - FAR 52.212-3 and Alternate I Attachment 2 - Performance Work Statement (PWS) Attachment 3 - Wage Determination (WD) 15-5693 Rev 8 Period of Performance: 06/14/2019 “ 06/13/2020 Base 06/14/2020 “ 06/13/2021 Option Year One 06/14/2021 “ 06/13/2022 Option Year Two 06/14/2022 “ 06/13/2023 Option Year Three 06/14/2023 “ 06/13/2024 Option Year Four Place of Performance: Romeo wharf on Naval Base Guam. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Questions regarding the solicitation shall be submitted electronically to nelson.uehara@navy.mil. Oral queries will not be accepted. Email sent to this address shall clearly reference the RFQ Number N0060419Q4039 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions must be submitted not later than 11:00 AM Hawaii Standard Time on 19 April 2019. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 1 52.212-3 Alt 1 Reps and Certs. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-21 Prohibition of Segregated Facilities 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222.42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer ”System for Award Management 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 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors ”Commercial Items. (DEVIATION 2018-O0018) (j) Unique entity identifier. (Applies to all offers exceeding the micro-purchase threshold and offers at any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) 52.217-5 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) 52.217-8 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 60 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (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 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 60 months. (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5 332. This Statement is for Information Only: It is not a Wage Determination EMPLOYEE CLASS MONETARY WAGE FRINGE BENEFITS Motor Vehicle Operator, WG-5703-06, Step 2 $20.27 $7.35 *Fringe Benefits assume a factor of 36.25 percent based on OMB Circular A-76. (End of clause) Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7004 DoD Antiterrorism Awareness Training for Contractors 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components 252.247-7023 Transportation of Supplies by Sea--Basic This announcement will close at 1:00 PM Hawaii Standard Time on 23 April 2019. Contact Nelson Uehara who can be reached at (808) 473-7681 or email nelson.uehara@navy.mil. Quotes shall be submitted electronically via email to Nelson Uehara, email nelson.uehara@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be made using Lowest Price Technically Acceptable (LPTA) method. The final contract award will be based on a determination of responsibility and lowest priced technically acceptable offer. Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the Government may use historical data, independent Government estimates in it price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: The Quoter ™s technical acceptability will be evaluated against the requirements in the Performance Work Statement. The Quoter ™s quote must clearly state that all services will be provided as requested and the Quoter does not take any exceptions to the Performance Work Statement requirements in their entirety. Technically Acceptability will be rated on an acceptable or unacceptable basis using the ratings in the table below. Technically Acceptable/Unacceptable Ratings Acceptable: Offer clearly meets the minimum technical requirements of the solicitation. Unacceptable: Offer does not clearly meet the minimum technical requirements of the solicitation. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter ™s initial quotation should contain the Quoter ™s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter ™s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Please email nelson.uehara@navy.mil Subject Line N0060419Q4039 by closing date and time listed above with the following: (1) your quote and (2) completed 52.212-3. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060419Q4039/listing.html)
 
Record
SN05284904-F 20190419/190417230050 (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.