Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

J -- Porta Potty Service - Statement of Work

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3849243A001
 
Archive Date
10/6/2009
 
Point of Contact
Misty Wilcox, Phone: 7074247766, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil
(Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is F3Z3849243A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-36, Effective 11 Aug 2009 and Defense DCN 20090729 Last Update:29 July 2009, and the Air Force Acquisition Circular 2009-0803 Effective 18 Mar 2009. This acquisition is 100% set aside for small business. North American Industry Classification System (NAICS) code is 562998. The Federal Supply Class (FSC) is S222. The Standard Industrial Classification (SIC) is 4959. Non personal services. Contractor to supply all tool, labor, materials, supervision, quality control and all necessary items and services to perform cleaning and sanitation of portable chemical latrines at Travis AFB. Potrable Toilet Service (See Attached Statement of Work) Period Of Performance: Basic Year: 1 Oct 09-30 Sept 10 Option Year 1: 1 Oct 10-30 Sept 11 Option Year 2: 1 Oct 11-30 Sept 12 Option Year 3: 1 Oct 12-30 Sept 13 Option Year 4: 1 Oct 13-30 Sept 14 0001-Annual Servicing of five (5) portable toilets- standard QTY: 52 Weeks 0002-Annual Servicing of one (1) portable toilet w/sink and hand wash QTY: 52 Weeks 0003-Additional services out of cycle-standard QTY:26 EA 0004-Additional Services out of cycle with sink and hand wash QTY:16 EA ****Provide pricing for basic and all option years separately.****** The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.219-6 Notice of Total SB Set Aside. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Terms of the Contract. FAR 52.232-18 Availability of Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 1989) 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 Class Monetary Wage -- Fringe Benefits 11150 Janitor-GS-9 Step 1 $13.38 + 34.35% FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to misty.wilcox@travis.af.mil or fax to 707-424-5189 NO LATER THAN 15 SEPT 2009, 1630, PST and offers NO LATER THAN 21 SEPTEMBER, 0900, PST. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3849243A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis, California, 94535, United States
Zip Code: 94535
 
Record
SN01950553-W 20090913/090912000545-67570da69bbd8d16cb7f9bafc7cb8e3a (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.