Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

S -- Latrines Follow-On

Notice Date
6/29/2020 6:40:51 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R20Q0024
 
Response Due
7/1/2020 11:00:00 AM
 
Archive Date
07/16/2020
 
Point of Contact
Erik Reta, Phone: 9283286163, Fax: 9283286534, Teresa Dinwiddie, Phone: 9283282357
 
E-Mail Address
erik.m.reta.civ@mail.mil, teresa.v.dinwiddie.civ@mail.mil
(erik.m.reta.civ@mail.mil, teresa.v.dinwiddie.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation notice for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 written solicitation will not be issued. Quotations are being requested for solicitation W9124R20Q0024. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, Effective 05 June 2020 and Defense Federal Regulation Supplement (DFARS), current to DPN 20202403 (Effective 24 March 2020) Edition. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration as required by FAR provisions 52.212-1 Instruction to Offerors- Commercial Items. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/content/regulations This requirement is being solicited as a Small Business Set-aside. The applicable North American Industry Classification System (NAICS) Code is 562991 Septic Tank and Related Services with a business size standard of $8.0M. The applicable Service Code (PSC) is S222, �House Keeping -Waste Treatment and Storage. As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final out-year period price to the offeror's total price. Offerors are required only to price the base period to include all out-year Contract Line Item Numbers (CLINs). Offerors shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or out-year CLINs), utilizing the rates of that performance period. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for a requirement to provide latrines services that support the YPG community in the most efficient and cost effective manner possible. The period of performance for this acquisition shall be for one 60-month ordering period. This will be a Firm-Fixed Price, Indefinite Delivery - Indefinite Quantity (IDIQ) contract. The government's obligation to purchase is limited to the minimum guarantee of $22,000.00. Total quantities ordered during the ordering period may be more or less than the estimated quantity for the individual services listed. However, the total quantities ordered will not exceed the total estimated ceiling for each ordering period. It is anticipated that payment will be made by invoicing through the Wide Area Workflow (WAWF) link on the Procurement Integrated Enterprise Environment (PIEE) Website. Offerors must provide the following: Total Price: offerors are to provide an overall total for each Contract Line Item Numbers (CLINs) in Attachment 3 � SF 1449 based upon the quantities in Attachment 2 � Bid Schedule and an overall total for all CLINs in Attachment 3 � SF 1449.� Offerors shall also provide unit prices on Attachment 2 � Bid Schedule.� Arizona vendors are to include the Arizona Privilege Tax. � 2) Other items as specified in FAR Provision 52.212-1(b) Submission of offers. � 3) Requirements identified in FAR Provision 52.212-2 Evaluation - Commercial Items � All technical questions concerning this requirement must be emailed to Erik Reta at erik.m.reta.civ@mail.mil no later than Thursday, 25 June 2020 at 9:00 AM (morning) MST. Reference RFQ W9124R20Q0024 on all inquiries. � This RFQ closes on Wednesday, 1 Jul 2020 at 12:00 PM (noon) Mountain Standard Time (MST). Electronic quotations by email must be received on or before the closing date and time of this RFQ. Quotes shall be sent by e-mail to the Point of Contact specified in this RFQ. You must include reference to RFQ W9124R20Q0024 in the subject line. Responses to the CSS shall be submitted by the closing date and time. � All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/SAM/ � Offerors that fail to furnish required representations or all necessary technical information as required by FAR Clause 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. � Attachments: Attachment 1 � Performance Work Statement Attachment 2 � Bid Schedule Attachment 3 � SF 1449 Technical Exhibits: Technical Exhibit 1 � Performance Requirements Summary Technical Exhibit 2 � Deliverables Technical Exhibit 3 � Estimated Workload Data Technical Exhibit 4 � Schedule A Permanent Locations Technical Exhibit 5 � Schedule B Pumping Services, Monthly Servicing Technical Exhibit 6 � Schedule C Pumping Services, As Requested Technical Exhibit 7 � Delivery Order Technical Exhibit 8 � Debris Collector SOP Technical Exhibit 9 � Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5d493f040ee4b589346065fa0bad30b/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05706211-F 20200701/200629230154 (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.