Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

W -- Rental and Service for Portable Toilets, Handwash Station and Pumping of Trailer Restroom

Notice Date
1/13/2020 9:53:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02320QQWD38600
 
Response Due
1/27/2020 1:00:00 PM
 
Archive Date
02/11/2020
 
Point of Contact
Wendy M Stevenson, Phone: 2024753214, Fax: 2024753905
 
E-Mail Address
wendy.stevenson@uscg.mil
(wendy.stevenson@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12 / 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Firm Fixed Price requirement. � This is Request for Quotes (RFQ) 70Z02320QQWD38600. � This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2020-01. � This a total small business set aside with no specific socioeconomic status with a corresponding Small Business size standard of $8 million under North American Industry Classification System (NAICS) code 562991, Portable toilet renting and/or servicing. � Only small businesses shall be considered under this solicitation. � The following is a list of contract line item numbers, quantities and units of measure (this list includes all options): � CLIN 00001: Base Period Period of Performance: February 2020 thru January 31, 2021 CLIN Description: Rental and Service for (4) Portable Toilets and (1) Hand wash Station In Accordance With (IAW) PWS Quantity: 12 Unit of Issue: Monthly � CLIN 00002:� Base Period Period of Performance:� February 2020 thru January 2021 CLIN Description:� Servicing of�trailer restroom�� twice monthly IAW PWS Quantity:� 12 Unit of Issue:� Monthly � CLIN 01001: Option Year One Period of Performance: February 2021 thru January 2022 CLIN Description: Rental and Service for (4) Portable Toilets and (1) Hand wash Station In Accordance With (IAW) PWS Quantity: 12 Unit of Issue: Monthly � CLIN 01002: Option Year One Period of Performance: February 2021 thru January 2022 CLIN Description: Servicing of trailer restroom � twice monthly IAW PWS Quantity: 12 Unit of Issue: Monthly � CLIN 02001: Option Year Two Period of Performance: February 1, 2022 thru January 31, 2023 CLIN Description: �Rental and Service for (4) Portable Toilets and (1) Hand wash Station In Accordance With (IAW) PWS Quantity: 12 Unit of Issue: Monthly � CLIN 02002: Option Year Two Period of Performance: February 2021 thru January 2022 CLIN Description: Servicing of trailer restroom � twice monthly IAW PWS Quantity: 12 Unit of Issue: Monthly � CLIN 03001: Option Year Three Period of Performance: February 1, 2023 thru January 31, 2024 CLIN Description: Rental and Service for (4) Portable Toilets and (1) Hand wash Station In Accordance With (IAW) PWS Quantity: 12 Unit of Issue: Monthly � CLIN 03002: Option Year Three Period of Performance: February 2021 thru January 2022 CLIN Description: Servicing of trailer restroom� twice monthly IAW PWS Quantity: 12 Unit of Issue: Monthly � CLIN 04001: Option Year Four Period of Performance: February 1, 2024 thru January 31, 2025 CLIN Description: Rental and Service for (4) Portable Toilets and (1) Hand wash Station In Accordance With (IAW) PWS Quantity: 12 Unit of Issue: Monthly � CLIN 04002: Option Year Four Period of Performance: February 2021 thru January 2022 CLIN Description: Servicing of trailer restroom � twice monthly IAW PWS Quantity: 12 Unit of Issue: Monthly � Vendors shall submit their pricing using the format provided in the attached Pricing Spreadsheet. � The USCG Special Missions Training Center (SMTC), requires rental and servicing of (4) portable toilets, (1) hand wash station and servicing/pumping of a trailer restroom�at (2) Locations on board Marine Corps Base Camp Lejeune.� Services include delivery to site, setup for operation, servicing as required by the contract, and removal at the end of the period of performance.� The period of performance will be a base year with (4) one year options.� The anticipated start date is February 2020. � The primary place of performance will be at Marine Corps Base Camp Lejeune, NC to include: �LOCATION 1:� SA-29 Trax Pier Courthouse Bay, Camp Lejeune, NC 28542.� Two portable toilets and the restroom trailer to be pumped twice per month is located here.� The (2) portable toilets shall be kept at this location throughout the duration of the contract.� LOCATION 2:� SMTC Armory, BB-327 Courthouse Bay, Camp Lejeune, NC 28542.� The contractor shall provide two (2) portable toilets and one (1) portable hand wash station outside of the STMC Armory (Building BB-327).� Two portable toilets and 1 portable hand wash station shall be kept at this location throughout the duration of the period of performance � The attached Performance Work Statement (PWS) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2019), applies to this solicitation and is included in the attached Terms and Conditions.� All offerors must include a completed copy of the FAR Provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote; otherwise, the version current in SAM shall be utilized. � Please submit your quote in full via email to the attention of Wendy Stevenson @ wendy.stevenson@uscg.mil, on or before 4:00 p.m. EST, on 01/27/2020. There will be no exceptions to the time and date on which responses are due, unless extended by the Contracting Officer via solicitation amendment. The data in your proposal should be compatible with Microsoft Office Suite 2016 and/or Adobe Acrobat. Due to the Coast Guard email limitations, proposals shall not be more than 5 megabytes in total. Compressed zipped files will not be accepted. When responding, please include the title �70Z02320QQWD38600� in the subject line of the email. � Any questions or concerns regarding any aspect of this RFQ shall be forwarded to the Contract Specialist, Wendy Stevenson, via e-mail at wendy.stevenson@uscg.mil before 12:00 p.m. EST, on 01/16/2020, so that they can be addressed prior to the submission of quotations. Offerors are strongly encouraged to ask questions and convey their exceptions to the requirements during this time. The Government desires to alleviate concerns during the RFQ phase so that no assumptions or exceptions will be present in any Proposals. � Basis for Award: This is a lowest priced technically acceptable competition. The Government will select the lowest priced Offeror and evaluate that for technical acceptability. If it is found to be technically acceptable, no other offers will be evaluated. If the lowest-priced offer is found to be technically unacceptable, the Government will evaluate the second-lowest priced offer, etc. In this way, it is possible that not all quotes submitted will be evaluated. The Government reserves the right not enter into clarifications sessions with the Offeror being evaluated. � The USCG shall also examine Offerors for a determination of responsibility. This may be performed by utilizing the CPARS/PPIRS systems, and other reasonable methods of determining responsibility. Contractors who cannot be determined to be responsible may not be eligible for award. It is DHS policy that determination of a fair and reasonable price should be based on adequate price competition. However, in the event only one responsible Offeror is obtained as a result of this solicitation, that Offeror may be required to submit Data Other than Certified Cost or Pricing Data, if the Government asks for it. If Data Other than Certified Cost or Pricing Data is not provided, the Government reserves the right to not award to that Offeror. � Quote Contents: The Government will evaluate the submitted quote using a lowest-priced technically acceptable method as follows: Technical Acceptability: The Government shall select the lowest priced offeror and evaluate that for technical acceptability. If it is found to be technically acceptable no other offers shall be evaluated. If the lowest-priced offer is found to be technically unacceptable, the Government shall evaluate the second-lowest priced offer, etc. In this way it is possible that not all quotes submitted shall be evaluated. Technical acceptability shall be determined by examining the quoted materials to ensure that the Contractor can provide rental and servicing of portable toilets and hand wash stations at Marine Corps Base Camp Lejeune.� Also, services include delivery to site, setup for operation, servicing as required by the contract, and removal at the end of the period of performance. The vendor must submit sufficient information in order for the Government to make this determination.� A complete description of the product and services that will be performed to meet the requirements as stated in the PWS.� 1) Price shall be submitted in detail to fully understand the pricing structure based on equipment rental and service for (2) Portable Toilets and (1) Hand wash Station with a minimum of (2) service visits per week and for the servicing/pumping of restroom trailer � twice monthly. Finally, the USCG reserves wide discretion on determining technical acceptability. Therefore, in order to determine whether your company is technically acceptable, your quote shall have to include additional information (such as any other documentation your company feels will be helpful in ensuring they are technical acceptable). 16.� Responsibility Determination: In order to be considered acceptable, your company must be listed in the System for Award Management (www.sam.gov). Those who provide quotes but are not listed in the System for Award Management shall be considered technically unacceptable and not eligible for award. Please provide your DUNS number in your quote so the Government can confirm your entry in the System for Award Management (as well as other systems [if used, as this shall be optional by the discretion of the Government] such as CPARS to check responsibility). If your company cannot be determined to be responsible then you may not be eligible for award. 17.� Price: The Government will evaluate the total overall price for base and all option years to determine price fairness and reasonableness. 18.� The USCG does NOT plan on sending out unsuccessful Offeror letters at this time for this procurement. If your company would like to be informed this information, please provide it in the body of the email in the text. Otherwise, the USCG does not plan on sending out unsuccessful Offeror letters.� Attachments: Performance Work Statement (PWS) Clauses Pricing Sheet
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82c30dfd3f1f4f8f870a8c486522c535/view)
 
Place of Performance
Address: Camp Lejeune, NC 28542, USA
Zip Code: 28542
Country: USA
 
Record
SN05533024-F 20200115/200113230259 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.