Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOLICITATION NOTICE

W -- Portable Toilets and Hand Washing Stations

Notice Date
2/7/2024 4:05:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060424Q4020
 
Response Due
2/15/2024 6:00:00 AM
 
Archive Date
03/01/2024
 
Point of Contact
Elisha Wallace-Enos 808-473-7588
 
E-Mail Address
beverly.a.suzuki.civ@us.navy.mil
(beverly.a.suzuki.civ@us.navy.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 information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both beta.SAM.gov and NECO (https://www.neco.navy.mil/). The RFQ number is N0060424Q4020. This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-02 and DFARS Publication Notice 20240122. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The provisions and clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/. The NAICS code is 562991. This is a competitive, small business set-aside action. The Small Business Office concurs with the decision to set-aside this requirement to small businesses. Period of Performance is as follows: Base Year: 04/01/2024 - 03/31/2025 Option Year 1: 04/01/2025 - 03/31/2026 Option Year 2: 04/01/2026 - 03/31/2027 Option Year 3: 04/01/2027 - 03/31/2028 Option Year 4: 04/01/2028 - 03/31/2029 Delivery Location is Red Hill Bulk Fuel Storage Facility (RHBFSF). In accordance with the Statement of Work (SoW), three (3) latrines and three (3) hand washing station shall be delivered, serviced and picked-up from each of the following three (3) locations: -Adit 5 -Adit 1 -Red Hill Halawa Entry Control Point A site map has been attached for additional information. This requirement will result in a Firm-Fixed Price (FFP) purchase order; the method of payment will be Wide-Area Work Flow (WAWF). Attachments: 1. Statement of Work (SoW) to include Attachment (1) - Site Map 2. Pricing Worksheet 3. Wage Determination 2015-5689 Rev 21 4. FAR 52.204-24 Reps Regarding Certain Telecommunications and FAR 52.212-3 and Alt I Offeror Representations and Certifications Questions: Questions shall be submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil no later than 13:00 PM HST (Hawaii Standard Time) on Thursday, 08 February 2024. Emails sent to this address shall clearly reference the RFQ N0060424Q4020 in the subject line. No other method of submitting questions will be acknowledged or addressed. Submission Requirements: Quotes shall be submitted via email to elisha.c.wallace-enos.civ@us.navy.mil no later than 10:00 am HST on Monday, 12 February 2024. No other method will be accepted in response to this notice. Factor 1: Technical At a minimum, the Quoter�s Technical Quote shall: a. Demonstrate the firm�s ability to meet the government�s requirements as outlined within the solicitation and supporting attachments Factor 2: Price At a minimum, the Quoter�s price quote shall: a. Identify the cost of CLIN 0001, CLIN 0002, CLIN 0003, as well as, 1001, 1002, 1003. 2001, 2002, 2003, 3001, 3002, 3003, 4001, 4002 and 4003 the total price for each period, and total evaluated price, as identified in Table 1 above. Quoters are reminded to include a completed copy of FAR Provisions 52.204-24 and 52.212-3 Dev with their submission if not current in SAM. All quotes shall include a vendor point of contact, name, phone number, and e-mail address. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Quoters are responsible for ensuring timely submissions are received by the POC identified in the solicitation. The government is not responsible late or lost submissions. Basis for Award: The Government will award to the responsible Quoter whose quote is technically acceptable and most advantageous to the government, price and other factors considered. Quoters are advised that the quotation meeting the solicitation requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price Factor 1: Technical The Government will evaluate the Quoter�s Technical Capabilities based on the following: a. The Quoter demonstrates within their quote the ability to meet the government�s requirements as outlined within the solicitation and supporting attachments. Factor 2: Price a. The quote will be reviewed for mathematical correctness in all computations, making sure that all prices are summarized correctly to ensure completeness and accuracy. Changes to the evaluation quantities, blanks or zeros in the pricing columns, and/or mathematical mistakes are subject to clarification for confirmation of the Quoter�s intent. b. For price reasonableness purposes, options will be evaluated in accordance with FAR 52.217-5. The six-month extension under FAR 52.217-8 will be evaluated by using the same unit prices for the Offeror�s proposed price for Option Period Four. This amount will be then be added to the base period and four option periods to calculate the overall price. Note that the evaluation of options does not obligate the Government to exercise the options. Rating Method: Technical will be rated on an acceptable or unacceptable basis. A quotation is technically acceptable if the quotation addresses the solicitation requirements, and demonstrates good probability of success in meeting the performance objectives. A quotation is technically unacceptable if it fails to address the solicitation requirements or demonstrates a low probability of success in meeting the performance objectives. The following FAR and DFARS Provisions and Clauses are applicable to this procurement- 52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Nov 2021 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021 52.204-26 Covered Telecommunications Equipment or Services- Representation OCT 2020 52.204-27 Prohibition on a ByteDance Covered Application JUN 2023 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services SEP 2023 52.212-3 Offeror Representations and Certifications- Commercial Products and Commercial Services NOV 20232 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services NOV 2023 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services NOV 2023 52.217-5 Evaluation Of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.222-50 Combating Trafficking in Persons NOV 2021 52.223-3 Hazardous Material Identification and Material Safety Data Feb 2021 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-10 Waste Reduction Program MAY 2011 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications JUN 2020 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-6 Authorized Deviations in Clauses Nov 2020 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors JAN 2023 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation DEC 2019 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation MAY 2021 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023 252.204-7022 Expediting Contract Closeout MAY 2021 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JAN 2023 252.225-7012 Preference For Certain Domestic Commodities APR 2022 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors- Prohibition on Fees and Consideration APR 2020 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 252.244-7000 Subcontracts for Commercial Items NOV 2023 252.247-7023 Transportation of Supplies by Sea JAN 2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/72c786d8fbc24a28a2ab3775a1185274/view)
 
Place of Performance
Address: Joint Base Pearl Harbor Hickam, JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06957984-F 20240209/240207230046 (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.