Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
DOCUMENT

W -- MOBILE RESTROOM TRAILER AT THE DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA, NEW CUMBERLAND, PA - ATTACHMENTS

Notice Date
12/15/2008
 
Notice Type
ATTACHMENTS
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-09-Q-0037
 
Archive Date
2/27/2009
 
Point of Contact
Julie A Metzger,, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
 
Small Business Set-Aside
N/A
 
Description
The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement to rent one (1) mobile restroom trailer consisting of five units (2 men stalls, 2 woman stalls and 1 unisex stall). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) 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. This is a Request for Quote (RFQ) and the solicitation number is SP3100-09-Q-0037. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-27 effective 17 Oct 2008 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20081124 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2008-72. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is unrestricted. The NAICS code applicable to this acquisition is 562991 and the size standard is $7.0 million. PERIOD OF PERFORMANCE: Date of contract award through one year with one (1) one year option period. The Government reserves the right to exercise the option year in accordance with 52.217-9 – Option To Extend The Term Of The Contract. The Government reserves the right to shorten the rental period should requirements change. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. SCHEDULE OF SUPPLIES/SERVICES BASE YEAR CLIN 0001 - Contractor shall provide all labor, transportation, material, equipment, personnel and supervision necessary to provide the rental of one (1) five (5) unit mobile restroom trailer consisting of 2 men’s stall unit, 2 women’s stall unit and 1 unisex stall unit to include pumping and sanitizing services complete and in accordance with the attached statement of work (SOW). 12 MONTHS @ $_______________ MONTH = $_______________ OPTION YEAR 1 CLIN 1001 - Contractor shall provide all labor, transportation, material, equipment, personnel and supervision necessary to provide the rental of one (1) five (5) unit mobile restroom trailer consisting of 2 men’s stall unit, 2 women’s stall unit and 1 unisex stall unit to include pumping and sanitizing services complete and in accordance with the attached statement of work (SOW). 12 MONTHS @ $_______________ MONTH = $_______________ Delivery point is FOB DESTINATION to Defense Distribution Depot Susquehanna, 2001 Mission Drive, Bldg. 80 New Cumberland, PA 17070. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD? YES_____ NO _____ The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.215-5 Facsimile Proposals FAR 52.223-1 Biobased Product Certification FAR 52.237-1 Site Visit FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended prices for all CLIN(S) (5) Technical information (as stated below under FAR 13-106-2) (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers. The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the lowest price technically acceptable offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award offerors are required to submit descriptive literature that clearly indicates the products offered meets the minimum requirements/salient characteristics as stated in the SOW. This information will be used to determine technical acceptability. Technical information shall be evaluated on a go/no go basis and will not be rated. Any offeror who has been determined acceptable (go) on their technical information will then have its quote evaluated for price. Technical Capability – The minimum criteria for acceptably shall be the submission of descriptive literature that clearly indicates the product being offered. “Descriptive literature” for this solicitation means catalog cuts, illustrations, drawings, pictures, brochures, or a web address that contains applicable product information. Descriptive literature is required to establish for the purpose of evaluation and award details of the product being offered. This information will be used to determine technical acceptability. 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 offeror is unacceptable it the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.233-5 Pollution Prevention and Right to Know Information FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage - Fringe Benefits Refuse Collector – WG05$15.52 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I DFARS 252.247-7023 Transportation of Supplies by Sea The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No. 1988-0742, Revision No. 15, dated 02/06/2007 is applicable to this solicitation. Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by JANUARY 6, 2009 AT 3:30 PM EST to be considered for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=561241efa158cfadec9f129bd9a17e03&tab=core&_cview=1)
 
Document(s)
ATTACHMENTS
 
File Name: STATEMENT OF WORK (SOW.doc)
Link: https://www.fbo.gov//utils/view?id=0398f31be000b56a6b85739bcd349ae1
Bytes: 45.50 Kb
 
File Name: PROJECT LOCATION PLAN (Project Location Plan 11142008.pdf)
Link: https://www.fbo.gov//utils/view?id=7c23da16be18dfc5050c77bd6a27161d
Bytes: 933.34 Kb
 
File Name: WAGE DETERMINATION (Wage Determination.txt)
Link: https://www.fbo.gov//utils/view?id=db4fa7573d8d0e11a518285a3a324641
Bytes: 39.96 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA, 2001 MISSION DR., BUILDING 80, NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN01719002-W 20081217/081215215350-561241efa158cfadec9f129bd9a17e03 (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.