Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

W -- Portable Toilet and Wash Station Services

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
144 FW/LGC, 5323 East McKinley Avenue, Fresno ANG Base, Fresno, CA 93727-2199
 
ZIP Code
93727-2199
 
Solicitation Number
W912LA-08-T-6015
 
Response Due
2/22/2008
 
Archive Date
4/22/2008
 
Point of Contact
Cheryl A. Fitch, 559-454-5129
 
E-Mail Address
Email your questions to 144 FW/LGC
(cheryl.fitch@cafres.ang.af.mil)
 
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. Quotes ar e being requested and a written solicitation will not be issued. Solicitation Number #: W912LA-08-T-6015 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Fed eral Acquisition Circular: 05-23. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 562991. CLIN 0001: Portable Toilets w/ Weekly Servicing FFP QTY: 7 U/I: Months Services, Non-Pers onal: Contractor to provide and furnish all labor, transportation, necessary cleaning supplies, and supervision to provide a total quantitty of four (4) Portable Toilets with Night Light, to include weekly sanitation cleaning and toiletry supply replenish ment services. Performance Period: 3 Mar 08 to 30 Sep 08. See Performance Work Statement for additional information. PURCHASE REQUEST NUMBER: F6W2LG7312A001 CLIN 0002: Portable Dual Sink Wash Stations FFP QTY: 7 U/I: Months Servi ces, Non-Personal: Contractor to provide and furnish all labor, transportation, necessary cleaning supplies, and supervision to provide a total quantity of four (4) Portable Dual Sink Wash Stations, to include weekly sanitation cleaning. Performance Peri od: 3 Mar 08 to 30 Sep 08. See Performance Work Statement for additional information. PURCHASE REQUEST NUMBER: F6W2LG7312A001 OPTION CLIN 0003: Portable Toilets w/ Weekly Servicing FFP QTY: 12 U/I: Months Services, Non-Personal: Contractor to provide and furnish all labor, transportation, necessary cleaning supplies, and supervision to provide a total quantitty of four (4) Portable Toilets with Night Light, to include weekly sanitation cleaning and toiletry supply replenishment s ervices. 1 Oct 08 to 30 Sep 09. See Performance Work Statement for additional information. PURCHASE REQUEST NUMBER: F6W2LG7312A001 OPTION CLIN 0004: Portable Toilets w/ Weekly Servicing FFP QTY: 12 U/I: Months Services, Non-Perso nal: Contractor to provide and furnish all labor, transportation, necessary cleaning supplies, and supervision to provide a total quantity of four (4) Portable Toilets with Night Light, to include weekly sanitation cleaning and toiletry supply replenishme nt services. Performance Period: 1 Oct 09 to 30 Sep 10. See Performance Work Statement for additional information. PURCHASE REQUEST NUMBER: F6W2LG7312A001 OPTION CLIN 0005: Portable Dual Sink Wash Stations FFP QTY: 12 U/I: Months< BR>Services, Non-Personal: Contractor to provide and furnish all labor, transportation, necessary cleaning supplies, and supervision to provide a total quantity of four (4) Portable Dual Sink Wash Stations, to include weekly sanitation cleaning. Performan ce Period: 1 Oct 08 to 30 Sep 09. See Performance Work Statement for additional information. PURCHASE REQUEST NUMBER: F6W2LG7312A001 OPTION CLIN 0006: Portable Dual Sink Wash Stations FFP QTY: 12 U/I: Months Services, Non-Persona l: Contractor to provide and furnish all labor, transportation, necessary cleaning supplies, and supervision to provide a total quantity of four (4) Portable Dual Sink Wash Stations, to include weekly sanitation cleaning. Performance Period: 1 Oct 09 to 3 0 Sep 10. See Performance Work Statement for additional information. PURCHASE REQUEST NUMBER: F6W2LG7312A001 PERFORMANCE START: NLT 3 MARCH 2008 PERFORMANCE PERIOD: SEE PERFORMANCE WORKSTATEMENT AND CLINS. DELIVERY/PERFORMANCE LOCATION(S): FRESNO, CALIFORNIA The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors  Commercial. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items, and 252.225-7000,Buy American ActBalance of Payments Program Certificate (Jun 2005) . 52.212-2, Evaluation  Commercial Items (JAN 1999) is incorporated by Full Text and reads as follows: (a) 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: 1. Technical Capability and Excellence, management capability of the services to be provided 2. Price  Varying prices offered for options depending on performance dates 3. Past Performance of personnel qualifications and prior experience Technical and past performance, when combined, are approximately equal to cost or pricing when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significan tly unbalanced. Evaluation of options shall not obligate the Government ot exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance speci fied in the offer, shall result in a binding contract without further action by either party. Before the offers 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. (End of Clause). The following additional FAR Clauses are Incorporated by Full Text: 52.212-2 EvaluationCommercial Items (JAN 1999) as mentioned above, 52.212-3 ALT I Offeror Represe ntations and Certifications  Commercial Items (NOV 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (Dec 2007) Deviation, 52.217-5 Evaluation of Options (JUL 1990), 52.217-8 Option to Exte nd Services (NOV 1999), 52.217-9, Option to Extend the Term of the Contract (MAR 2000), 52.222-42, Statement of Equivalent Hires (May 1989) including WAGE DETERMINATION: WD 05-2045 (REV.-4) dated 7/24/07, 52.252-2, Clauses Incorporated by Reference (Feb 19 98), 52.252-5, Authorized Deviations in Provisions (APR 1984), 52.252-6, Authorized Deviations in Clauses (APR 1984), 252.201-7000 Contracting Officers Representative (DEC 1991), 252.204-7006 Billing Instructions (Oct 2005), 252.212-7001 Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) Deviation, and 252.225-7000 Buy American Act  Balance of Payments Program Certificate (JUN 2005). The following FAR Cl auses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Mar 2007) (Deviation) shall apply (as applicable): 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-39, 52.222-41, a nd 52.247-64. The following DFARS Clauses in paragraph (a) of DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2007) shall apply (as ap plicable): 252.225-7014, 252.237-7019, 252.247-7023 and 252.247-7024. CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration JUL 2006 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 <B R>52.212-1 Instructions to Offerors--Commercial Items NOV 2007 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.222-3 Convi ct Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2007 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Work ers With Disabilities JUN 1998 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-44 Fair Labor Standards And Service Contract Act - Price Adjustment FEB 2002 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-1 Biobased Product Certification DEC 2007 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts DEC 2007 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.225-13 Restricti ons on Certain Foreign Purchases FEB 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.246-4 Inspection Of Services--Fixed Price AUG 1996 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7001 Buy American Act And Balance Of Paym ents Program JUN 2005 252.232-7003 Electronic Submission of Payment Requests MAR 2007 252.232-7010 Levies on Contract Payments DEC 2006 PROSPECTIVE BIDDERS/OFFERORS: The Department of Defense has created a new payment system called Wide Area Workflow (WAWF) for all military installations and federal agencies. The local military installation where you have a contract will not be processing your request for payment. All INVOICES FOR PAYMENT MUST be submitted through WAWF. <B R> Please include the Delivery Time-Frame/Schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR and DFARS clauses may be electronically accessed at http://farsite.hill.af.mil as per 52.252-2, Clau ses Incorporated by Reference. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. P PLEASE CALL OR SEND AN EMAIL FOR A COPY OF THE PERFORMANCE WORKSTATEMENT. POC for this award is TSgt Cheryl A. Fitch at 559-454-5129. Please submit all questions or concerns in writing to Cheryl.fitch@cafres.ang.af.mil. All questions must be sub mitted NLT 18 FEB 2008. Quotes can be faxed to 559-454-5118 or e-mailed to the above-mentioned addresses(s). Quotes will be considered late if not received by 22 FEB 2008 @ 1600 hrs.
 
Place of Performance
Address: 144 FW/LGC 5323 East McKinley Avenue, Fresno ANG Base Fresno CA
Zip Code: 93727-2199
Country: US
 
Record
SN01508067-W 20080215/080213224651 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.