Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
MODIFICATION

W -- Rental and Full Service for Portable & ADA toilets, Hand and eye wash Stations, Pumping Services for Holding Tanks

Notice Date
3/17/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
500 C ST SW, Washington, DC 20472
 
ZIP Code
20472
 
Solicitation Number
W489615Y
 
Response Due
3/24/2010
 
Archive Date
9/20/2010
 
Point of Contact
Name: Sabrina Brown, Title: Contract Specialist, Phone: 2026461963, Fax: 2026463318
 
E-Mail Address
sabrina.brown@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W489615Y and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 532299 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-03-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Hope, AR 71801 The DHS FEMA Logistics Section requires the following items, Exact Match Only, to the following: LI 001, The Contractor shall provide eight (8) Standard portable toilets with full cleaning services three (3) times weekly (Monday, Wednesday, & Friday). Full service cleaning will include pump out, deordorize, disinfect unit, & refill toilet paper.Period of Performance: May 1, 2010 through April 30, 2011 with a two 12-month Option Periods ending April 30, 2013., 12, MO; LI 002, The Contractor shall provide two (2)ADA portable toilets with full cleaning services three (3) times weekly (Monday, Wednesday, & Friday). Full service cleaning will include pump out, deordorize, disinfect unit, & refill toilet paper.Period of Performance: May 1, 2010 through April 30, 2011 with a two 12-month Option Periods ending April 30, 2013., 12, MO; LI 003, The Contractor shall provide six (6)Hand Wash Stations with full cleaning services one (1) time weekly (Wednesday). Full service cleaning shall include pump out waste water, adding fresh clean water, soap and paper hand towels.Period of Performance: May 1, 2010 through April 30, 2011 with a two 12-month Option Periods ending April 30, 2013., 12, MO; LI 004, The Contractor shall provide four (4)Eye Wash Stations with full services one (1) time weekly (Wednesday). Period of Performance: May 1, 2010 through April 30, 2011 with a two 12-month Option Periods ending April 30, 2013., 12, MO; LI 005, The Contractor shall provide pumping services to four (4) 300 gallons Sewage Holding Tanks, one (1) time weekly (Wednesday). Period of Performance: May 1, 2010 through April 30, 2011 with a two 12-month Option Periods ending April 30, 2013., 12, MO; For this solicitation, DHS FEMA Logistics Section intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS FEMA Logistics Section is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Shipping must be free on board (FOB) destination CONUS (Continental US) which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and the risk of loss prior to actual delivery at the specified destination. Contract will begin on May 1, 2010; therefor delivery shall be made on May 1, 2010. No partial shipments are permitted unless specifically authorized at the time of award. FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) This purchase order will include a 12-month Base Year and two (2) 12-month Option Years. The Government shall make a simplified acquisition award based on the Quoters technical understanding of the requirement and the reasonableness of the proposed price. The Contractor shall provide a minimum of two (2) professional references to include the name and phone number of the individual who received the service; location, description, and scope of the work performed. Please send information regarding references no later than cut-off date to email address sabrina.brown@dhs.gov. Offerors shall submit all questions in writing. No telephone calls concerning questions will be accepted regarding the Request for Quotation. All questions must be sent via email to sabrina.brown@dhs.gov and received no later than Friday, March 19, 2010 by 1:00 P.M., Eastern Standard Time. Questions and responses will be shared with all Contractors. All questions will be answered by Monday, March 22, 2010 by 3:00 P.M., Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/W489615Y/listing.html)
 
Place of Performance
Address: Hope, AR 71801
Zip Code: 71801
 
Record
SN02095777-W 20100319/100317235809-ad9c65e824f351c5f6059c5b588b9610 (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.