Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOLICITATION NOTICE

W -- Portable Chemical Toilets and Servicing

Notice Date
5/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN07T0008
 
Response Due
5/15/2007
 
Archive Date
7/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Small business size standard for NAICS 562991 is $6.5M. The Florida Army National Guard requires Portable Chemical Toilets for two separate training events at Camp Blanding Joint Trainin g Center (CBJTC), Starke, FL. The first training event will require units and servicing from May 30 through June 16. The second training even will require units and servicing from July 13 through July 28. Each toilet shall have hand sanitizer dispenser a ttached. Requirement: Item 0001-Total of 200 toilets with service (clean, toilet paper, refill hand sanitizer) at least every other day. Approximately 100 of the toilets will need to be re-positioned on June 8. Initial positioning and re-positioning wil l be coordinated through the site Point of Contact (POC). Toilets will be positioned at various locations at CBJTC. Approximately 140 units can be picked up on June 14. The remaining 60 units can be picked up on June 16. Item 0002--Total of 35 toilets with service (clean, toilet paper, refill hand sanitizer) at least every other day. Units will be positioned July 12. Positioning will be coordinated through the site POC. Units can be picked up on July 28. Units will not be re-positioned. All prospective offerors can submit a quotation in response to this combined synopsis/solicitation. Award will be made to a responsive, responsible offeror based on the offer that represents the Best Value to the Government, and evaluation will be in acco rdance with Federal Acquisition Regulation (FAR) Part 13 procedures. The Government intends to award without discussions, therefore your first offer should be your best. The Government may request clarifications. Do not assume you will be able to revise your offer. Applicable provisions and clauses incorporated in this announcement are those current and includes Amendments from FAC 2005-16, Eff ective on March 22, 2007. The following clauses and provisions apply to this solicitation: FAR 52.204-7 Centr al Contactor Registration (Oct 2003) FAR 52.212-1 Instructions of Offerors Commercial Items (Jan 2005) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003 ) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or E xecutive Orders Commercial Items (Apr 2005) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004) FAR 52.222.21 Prohibition of Segregated Facilities ( Feb 1999) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-36 Affirmative Action for Action for workers with disabilities (Jun 1998) FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005) FAR 52.225-1, Buy American Act Balance of Payment s Program Supplies (Jun 2003) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.252-6 Authorized Deviation is Clauses (Apr 1984) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statu es or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) DFARS 252.204-7004 Alternate A (DFARS 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003). The following is added for information only FAR 52.222- 42 Statement of Equivalent Rates for Federal Hires (MAY 1989) 31362 - Truckdriver, Medium $18.16 HEALTH & WELFARE: $3.01 per hour or $120.40 per week or $521.73 per month. Visit http://farsite.hill.af.mil for full text version of incorporated provisions and clauses. Contractor must be registered with Central Contractor Registry (CCR) before award. Submittal requirements: 1. Pricing for each Item 0001, 0002. Provide a Firm Fixed Price for each requirement. Include information about your portable units to meet the hand sanitizer requirement. 2. Provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005). Email questions to Robin.Pacetti @fl.ngb.army.mil and william.markham@fl.ngb.army.mil. Email your offer to Robin.Pacetti@fl.ngb.army.mil or mail to Attn: USPFO-PC, Po Box 1008, St. Augustine, FL 32085-1008, Physical address USPFO-PC, 189 Marine St, St. Augustine, FL 32084 (mark all mail with the solicitation number). Offers must be received no later than 11:00am local on May 15, 2007.
 
Place of Performance
Address: Camp Blanding Joint Training Center Multiple Locations Starke FL
Zip Code: 32092
Country: US
 
Record
SN01289767-W 20070510/070508220841 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.