Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOLICITATION NOTICE

W -- OPTION - Portable Toilet with Handwashing Station

Notice Date
3/27/2020 10:06:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FBR220Q00000049
 
Response Due
4/8/2020 12:00:00 AM
 
Archive Date
10/05/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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 70FBR220Q00000049 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. 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.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-04-08 14:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be ST THOMAS, VI 00802 The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/25/2020 - 10/24/2020 LI 001: Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week., 1, EA; LI 002: Optional - Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week. This CLIN will be exercised when an additional toilet is required during the period of performance, 1, EA; LI 003: Optional - Cleaning This CLIN will be exercised when additional cleaning is required and the two weekly cleanings occured., 1, EA; Option 1 Period of Performance: 10/25/2020 - 04/24/2021 LI 001: Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week., 1, EA; LI 002: Optional - Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week. This CLIN will be exercised when an additional toilet is required during the period of performance, 1, EA; LI 003: Optional - Cleaning This CLIN will be exercised when additional cleaning is required and the two weekly cleanings occured., 1, EA; Option 2 Period of Performance: 04/25/2021 - 10/24/2021 LI 001: Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week., 1, EA; LI 002: Optional - Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week. This CLIN will be exercised when an additional toilet is required during the period of performance, 1, EA; LI 003: Optional - Cleaning This CLIN will be exercised when additional cleaning is required and the two weekly cleanings occured., 1, EA; Option 3 Period of Performance: 10/25/2021 - 04/24/2022 LI 001: Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week., 1, EA; LI 002: Optional - Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week. This CLIN will be exercised when an additional toilet is required during the period of performance, 1, EA; LI 003: Optional - Cleaning This CLIN will be exercised when additional cleaning is required and the two weekly cleanings occured., 1, EA; Option 4 Period of Performance: 04/25/2022 - 10/24/2022 LI 001: Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week., 1, EA; LI 002: Optional - Portable restroom with hand washing stations. Unit must contain toilet paper, hand soap and room deodorizer. Units to be cleaned twice a week. This CLIN will be exercised when an additional toilet is required during the period of performance, 1, EA; LI 003: Optional - Cleaning This CLIN will be exercised when additional cleaning is required and the two weekly cleanings occured., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 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. 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/. Award will be made to the vendor with the lowest price technically acceptable. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor during the period of the resulting contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 before the period of performance expires. (a) The Government may extend the term of this contract by written notice to the Contractor within during the period of performance provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 calendar 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 30 months. (a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in the United States Virgin Islands (St. Croix, St. John and St. Thomas )Offers received from other businesses shall not be considered. (b) This set-aside is in addition to any small business set-aside contained in this contract. (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94537417770f43c1834755ade4a44c4b/view)
 
Place of Performance
Address: ST THOMAS, VI 00802, USA
Zip Code: 00802
Country: USA
 
Record
SN05602783-F 20200329/200327230148 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.