Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

W -- Trailer Lease

Notice Date
9/15/2020 10:06:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
W7NB USPFO ACTIVITY LAANG 159 BELLE CHASSE NAS LA 70143-5077 USA
 
ZIP Code
70143-5077
 
Solicitation Number
W50S7Z-20-Q-0019
 
Response Due
9/21/2020 8:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
John Kattengell, Phone: 5043918369, Fax: 5043918372
 
E-Mail Address
john.kattengell.2@us.af.mil
(john.kattengell.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amended: please see enclosed� UPDATED site visit�attachment: ""UPDATED 20-Q-0019 Site Visit."" Combined Synopsis/Solicitation W50S7Z-20-Q-0019-02 for Trailer Lease at NAS-JRB New Orleans PSC W023 �Lease or Rental of Equipment: Trailers, the NAICS Category is 532120 Location: Take I-10 toUS-90 Business West, cross the Crescent City Connection Bridge to the Westbank Expressway. Exit at Lafayette Street. Make a left turn at the traffic light. Keep straight on LA-23 (Belle Chasse Highway) and go through a tunnel. After the tunnel, stay on LA-23 for approximately 4 miles and go to Main Gate ( 400 Russell Avenue Belle Chasse, LA 70037-0027 ). NMC: New Orleans, 10 miles north Access to installation: Visitors must pick up their pass at the Installation's Main entry Gate prior to arrival you will be required to present, at the Naval Air Station-Joint Reserve Base NO Front Gate Office, the following information upon arrival and complete a background check SECNAV 5512: (1) Two Forms of Identification (i.e. Driver's License, passport) (2) Valid Vehicle Registration (3) Current Proof of Insurance (4) Car Rental Agreement (if applicable) (d) Request for Information (RFIs): Contractors shall email all inquiries and RFI's to John Kattengell at john.kattengell.2@us.af.mil no later than 7:00 am CST (0700) on Tuesday, September 8th 2020. (day after Labor Day) Quotes or Proposals (offers) will be e-mailed (preferred) to john.kattengell.2@us.af.mil and janice.hills.1@us.af.mil no later than the FBO listed date and time This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR part 13 as supplemented with additional information included in this notice; this notice is subject to availability of funds. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A Firm-Fixed Price (FFP) contract is being contemplated. Please see attached item Description. This is a meet or exceed specification purchase. Award will be conducted and evaluated under the provisions of FAR Part 13.106 �Soliciting competition, evaluation of quotations or offers, award and documentation."" All potential vendors must be registered and active with no exclusions in Systems for Award Management (sam.gov). Payment for this contract will be made via PIEE/Wide Area Workflow (WAWF). The solicitation number is listed via FBO and is hereby issued as a request for quotation (RFQ); The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 published in the Federal Register on February 27, 2020 The set-aside is for small business for the associated, listed NAICS Category The following line item number(s) and items, quantities, and units of measure are applicable to this acquisition: CLIN DESCRIPTION QTY UNIT OF MEASURE 0001 Delivery and Set-up 1 Ea. 0002 Site prep 1 Ea. 0003 Base year 1 Ea. 0004OPT First option year 1 Ea. 0005OPT Second option year 1 Ea. 0006OPT Third option year 1 Ea. 0007 Removal of leased trailer 1 Ea. Description of requirements for the items to be acquired: see above and attached description document Date(s) and place(s) of delivery and acceptance and FOB point: see attached description document (default to FOB Destination) The provision at�52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at�52.212-2, Evaluation-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision and the specific evaluation criteria is listed Please include a completed copy of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at�52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) applies to this acquisition and a statement regarding any addenda to the clause. The clause at�52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, MAY apply to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Additionally: 159 Fighter Wing requires the following: Company must have an, �active,� SAM status, and provide the Tax ID number and CAGE code or DUNS. Adherence to List of Attachments and direction therein Product must be in accordance with (IAW) applicable industry standards Company must be prepared to invoice via WAWF/PIEE Government paperless invoicing/payment system Vendor past performance record will be reviewed prior to award. Responsibility shall also be determined IAW FAR 9.103 Quotes must include delivery schedule/lead times and provide brand and model numbers of equipment or parts. Quotes shall be valid for 90 calendar days, starting from the day of receipt date It is the interested Offeror's responsibility to check FedBizOpps (FBO) for updated information. Basis for Award IAW FAR FAR Part 13.106, 15.304: The award will be made to the lowest priced technically acceptable proposal or offer. Technical capability is more important than price. Proposals or quotes will be evaluated for technical acceptability (including past performance), but will not be ranked using the non-price Factors (and Subfactors). This is an all-or-none requirement and partial quotes will be deemed unresponsive and may not be evaluated. The Government will award a purchase order to the responsible Offeror whose offer conforms to the requirements as stated. In order for an Offeror to be considered for award, the proposal must receive an ""Acceptable"" rating in every non-price Factor. A proposal receiving a rating of ""Unacceptable"" in any non-price Factor will not be eligible for award. The following evaluation factors and subfactors will be used to evaluate each proposal: Technical acceptability is considered using price, performance and capability. Evaluation of the offeror's proposal shall address the acceptability of the response to each subfactor as it applies. The quote must convey a clear understanding of the requirement or project. The bidder or proposing vendor must also convey a capability to fulfill the requirement as outlined in the description. The Government will award a contract resulting from this solicitation to the Lowest Price Technically Acceptable (LPTA) offeror whose offer conforms to the solicitation and other factors. The following factors shall be used to evaluate offers: Technical capability of the proposed item/service offered to meet the Government requirement; and Past Performance the CO will consider data available regarding the supplier's past performance history. Each offeror's past performance will be reviewed. Price (evaluation of price shall be the sum of all line items, including options if applicable). Price Reasonableness will be utilized in the evaluation and j.��� Delivery or Base Entry: Inspection/Acceptance Terms: Destination/Destination. Delivery Terms: FOB Destination to specified building (see description) NAS-JRB New Orleans Directions & Phone for the NAS-JRB NO Main Gate: 504-678-3827. Access to installation: Visitors must pick up their pass at the Installation's Main entry Gate prior to arrival you will be required to present the following information upon arrival and may complete a background check SECNAV 5512: Two Forms of Identification (i.e. Driver's License, passport) Valid Vehicle Registration Current Proof of Insurance Car Rental Agreement (if applicable) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition The date, time and place offers are due is listed and possibly amended via the FBO system The name and email address of the individual to contact for information regarding the solicitation is listed via FBO Provisions and potential clauses: the Contractor shall comply with the FAR clauses as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items when applicable per the item, proposed contract type and regulation: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) [Reserved] 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) [Reserved] 52.211-10 Commencement, Prosecution, and Completion of Work. 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development. 52.211-12 Liquidated Damages-Construction. 52.211-13 Time Extensions. 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a) (ii) Alternate I (Nov 2011) of 52.219-3. 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-41 Service Contract Labor Standards. 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (ii) Alternate I (Jan 2017) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110- 138, 112-41, 112-42, and 112-43).(ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.228-2 Additional Bond Security. 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).\ 52.236-11 Use and Possession Prior to Completion. 52.236-12 Cleaning Up. 52.236-13 Accident Prevention. 52.237-1 Site Visit. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (12)). 52.243-1 Changes-Fixed-Price. 52.243-4 Changes. 52.246-4 Inspection of Services-Fixed-Price. 52.246-20 Warranty of Services. 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (Apr 2003) of 52.247-64. The Contractor shall comply with the FAR clauses in this paragraph, applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items 52.249-8 Default (Fixed-Price Supply and Service). 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.249-4 Termination for Convenience of the Government (Services) (Short Form). More Clauses/Provisions: 52.204-7 ""System for Award Management"" 52.204-13 ""System for Award Management Maintenance"" 52.204-16 ""Commercial and Government Entity Code Reporting"" 52.204-17 ""Ownership or Control of Offeror"" 52.204-18 ""Commercial and Government Entity Code Maintenance"" 52.204-19 ""Incorporation by Reference of Representations and Certifications"" 52.204-22 ""Alternative Line Item Proposal"" 52.209-2 ""Prohibition Contracting with Inverted Domestic Corporations Representation"" 52.209-5 ""Certification Regarding Responsibility Matters"" 52.209-10 ""Prohibition on Contracting with Inverted Domestic Corporations"" 52.209-11 ""Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law"" 52.212-4 ""Contract Terms and Conditions - Commercial Items"" 52.225-3 ""Buy American -- Free Trade Agreements -- Israeli Trade Act. (Alternate III)"" 52.225-13 ""Restrictions on Certain Foreign Purchases"" 52.225-25 ""Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications."" 52.232-40 ""Providing Accelerated Payments to Small Business Subcontractors."" 52.233-4 ""Applicable Law for Breach of Contract Claim"" 252.204-7008 ""Compliance With Safeguarding Covered Defense Information Controls"" 252.204-7012 ""Safeguarding Covered Defense Information and Cyber Incident Reporting"" 252.209-7999 ""Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law-Fiscal Year 2016 Appropriations"" 252.211.7003 ""Item Unique Identification and Valuation."" 252.213-7000 ""Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations"" 252.225-7036 ""Buy American-Free Trade Agreements--Balance of Payments Program--Alternate IV"" 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"" 252.244-7000 ""Subcontracts for Commercial Items"" 252.246-7008 ""Sources of Electronic Parts"" 252.204-7012 Safeguarding of Unclassified Controlled Technical Information End
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a1f4345331674110806a5639c16c574b/view)
 
Place of Performance
Address: New Orleans, LA 70143, USA
Zip Code: 70143
Country: USA
 
Record
SN05797957-F 20200917/200915230153 (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.