MODIFICATION
S -- MASTER BPA AGREEMENT FOR PORTABLE LATRINE RENTALS AND MAINTENANCE SERVICES
- Notice Date
- 6/13/2023 5:51:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
- ZIP Code
- 33039-1299
- Solicitation Number
- FA6648-23-Q-0037
- Response Due
- 6/21/2023 11:20:00 AM
- Archive Date
- 07/06/2023
- Point of Contact
- Sandy Guite
- E-Mail Address
-
sandy.guite@us.af.mil
(sandy.guite@us.af.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 FAR subpart 12.6, FAR 13, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation FA6648-23-Q-0037 is issued as a request for quotation (RFQ). Please provide the full solicitation number on all packages. Interested parties who believe they can meet all the requirements for the items described in this combo synopsis/solicitation are invited to submit, in writing, a complete quote package. This combined synopsis/solicitation document and incorporated provisions and clauses for commercial products and commercial services are those currently in effect through Federal Acquisition Circular (FAC) 2023-04, Electronic Code of Federal Regulation (eCFR) https://gov.ecfr.io/cgi-bin/ECFRl, and Air Force Federal Acquisition Circular (AFAC) 2023-0604. This procurement is being issued as a 100% Small Business Set Aside under NAICS code 562911 � Septic Tank and Related Services with a size standard of $9 million dollars. A Blanket Purchase Agreement (BPA) will be established for the rental of portable latrines and maintenance services for Homestead Air Reserve Base. A BPA is not a binding contract but an agreement; thus prices must be set prior to any orders being placed against the BPA. �Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is given.� BPA�s period of performance is usually for a five-year period unless terminated by either party or the BPA Master dollar limit has been met. The government is looking for a qualified company to provide portable latrine rental and cleaning maintenance services for Homestead Air Reserve Base. One (1) Blanket Purchase Agreement (BPA) will be established with the selected company able to meet our requirements.� This company will be required to provide portable latrine rentals and cleaning maintenance services to Homestead Air Reserve base in Homestead, Florida. 1.0������ REQUEST FOR QUOTE 1.1��������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� 1.2��������� 100% Small Business Set-Aside 1.3��������� Place of Delivery:��� Homestead Air Reserve Base, Homestead, Florida 33039 1.4��������� Offerors are required to submit their quote with enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation, including CAGE Code, UEI Number, and date offer expires. ����������������������������������������������������������������������������������������������������������������������� 2.0������ QUOTE FORMAT 2.1 ����� Current pricing for items to be ordered under this BPA are listed on Attachment 2- BPA Price List. 2.2 ����� Use the Attachment 2 � BPA Price List to submit quote. 2.5 ����� Questions due:� 16 June 2023, 2:00 pm Eastern Standard Time (EST). Questions must be submitted via email to sandy.guite@us.af.mil. Questions will not be answered via telephone. � 2.6 ����� Quotes due: 21 June 2023, 2:00 p.m. Eastern Standard Time (EST) � 2.7������ The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification/discussions for ambiguity TECHNICAL INFORMATION Technical requirement for this solicitation can be found in Attachment 1 � Performance Work Statement. Any questions generated from this solicitation must be submitted in writing to Sandy Guit� (sandy.guite@us.af.mil) no later than 2:00 PM Eastern Standard Time (EST), 16 June 2023. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. The Contracting Officer will provide clarification(s) through amendment(s) to the solicitation following receipt of any questions by the end of day on 19 June 2023 at 4:00 P.M. Any questions received after 2:00 PM on 16 June 2023 may or may not be answered. It is the Offeror�s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html. Special Instructions. All offerors shall meet the requirements of the Request For Quote (RFQ) identified in 52.212-1 and 52.212-2 addenda�s. Failure to do so will be at the Offeror�s own risk. The Government shall not pay any Offeror for any cost or expenses associated with the preparation of their quote. The offeror must follow the instructions contained herein to assure timely and equitable evaluation of the offer. Offerors are required to be fully responsive to and consistent with all of the solicitation requirements using the attached Pricing Schedule (Attachment 2). Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Email Format: The subject line of all emails that comprise the proposal shall be formatted as follows: Subject: FA6648-23-Q-0037/Company Name/Email X of X (insert number of the email and total number of emails) System for Award Management. In order for an Offeror to be considered for award, the Offeror must be registered in System for Management Award (SAM). Visit the SAM website at https://www.sam.gov for further information. If you are not registered, and active, you cannot receive an award. The provision at 52.212-1, Instructions to Offerors � Commercial Items (MAR 2023), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Submission of offers. Electronic Submission of offers is required. Offers shall be submitted via email to the following: Sandy Guit�, sandy.guite@us.af.mil not later than 2:00 PM, (EST) 21 June 2023. Offerors shall submit a clear and complete quote and include only information that is relevant to this notice. Offerors shall submit their firm fixed-price quote using the attached BPA Price List (Attachment 2).� In addition, the following Contractor information shall be included with your quote: SAM UEI Number: TIN Number: CAGE Code: Contractor Name: Payment Terms (NET 30) or Discount: Point of Contact and Phone Number: Email Address: Warranty (if applicable): (b)(8) Representations/Certifications: Utilizing the provision below (52.212-3 -- Offeror Representations and Certifications � Commercial Items) Offerors shall complete the necessary fill-ins, representations and certifications as set forth in the solicitation. (b)(9) Acknowledgement of Solicitation Amendments. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically by email. In such cases, the amendment will include an announcement of the new closing date and time (if applicable). The Offeror shall acknowledge all amendments issued by completing and initialing the section titled Acknowledgment of Amendments located in Attachment 2 � BPA Price List. (b)(11) Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government�s intent to incorporate the Offeror�s proposal in the resulting award. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Discrepancies. If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the Offeror is asking the Contracting Officer to consider as related to the omission or error. The Offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. Period for acceptance of offer: Offeror agrees to hold prices for 45 calendar days from quote due date. Contract award. The Government intends to evaluate offers and award a firm fixed- price contract without discussions with Offerors. Therefore, the Offeror�s initial offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021) applies. Addenda to the following paragraphs of FAR 52.212-2 are: The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price: Award will be made to the lowest priced technically acceptable offeror. Technical: quote must be rated as technically acceptable to be eligible for award. (Your quote package MUST clearly show and demonstrate your company�s ability to meet the stated requirements outlined in the performance work statement. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) Past Performance: Offerors shall submit at least two (2) recent and relevant past performance work within the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, brief description of the contracted services, and Agency�s Point of Contact (Email/Phone Number). In order to be found technically acceptable the quote must demonstrate the contractor�s ability to provide the service as outlined in the Performance Work Statement attachment. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. In order to be found acceptable for past performance, past performance information included with the quote package must demonstrate a reasonable expectation that the offeror will successfully perform the required effort or the offeror�s performance records is unknown. If based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort an unacceptable rating will be assigned. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined unknown/neutral past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered acceptable. It is a pass/fail basis. If a quote fails, it will be determined to be unacceptable for past performance. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable and have acceptable past performance, award will be made to that vendor. Only one award will be made under this solicitation. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall use the Blank BPA Price List (Attachment 2) to submit pricing for their firm fixed-price quote package. Offerors are required to complete the representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEC 2022) OR complete electronic annual representations and certifications at the System for Award Management https://www.sam.gov/SAM/. Offerors are required to complete the representations found in the provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) For your convenience all referenced representations and certifications are attached to this solicitation. (Attachment 3 � Representations & Certifications). NOTE: Offeror is required to complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in SAM. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef138132840b4ae992c40e6386f0f047/view)
- Place of Performance
- Address: Homestead, FL 33039, USA
- Zip Code: 33039
- Country: USA
- Zip Code: 33039
- Record
- SN06713372-F 20230615/230613230109 (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 |