Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

W -- PRE-PRICED BLANKET PURCHASE AGREEMENT (BPA)

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Fort Irwin Contracting Command, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-10-T-0023
 
Response Due
8/27/2010
 
Archive Date
10/26/2010
 
Point of Contact
DONNA PROCTOR, 760-380-3888
 
E-Mail Address
Fort Irwin Contracting Command
(donna.proctor@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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. 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 inclusive of attachments constitutes the only solicitation. Prices are being requested and a written solicitation will not be issued. This combined synopsis/solicitation number is W9124B-10-T-0023 is being issued as a Request for Pricing for Two (2) Years. Fort Irwin Contracting Command, Fort Irwin, CA, intends to issue multiple Pre-Priced Blanket Purchase Agreements (BPAs), to offerors who demonstrate the capability to lease and provide service for portable latrines and hand-washing stations as outlined in this solicitation. It is the Governments intention to make payment via the Wide Area Workflow (WAWF). Prices must be guaranteed for two (2) years from date of award. The Government seeks responsible offerors who can support this requirement of short term rental/lease from days to months. This effort will be for two (2) years. Upon completion of the first year, the Government will evaluate the BPAs holders performance and price to determine whether to continue with the agreement. The request for pricing is issued as a Service -Disabled Veteran Owned Small Business (SDVOSB) set-aside, NAICS 562919. An award of a fixed pre-priced BPA is anticipated with the following language and informational CLINS and their subsequent SubCLINS being priced. Individual Calls will be awarded based on the lowest-offered price on each line item and Calls will not be rotated. The establishment of a fixed pre-priced BPA is to provide portable latrines and hand-wash stations to include servicing of same to various locations with the cantonment and training areas at the NTC, Fort Irwin, CA and also Barstow/Dagget, Marine Corp Logistic Base Yermo, and the Southern California Logistics Airport (SCLA) located in Victorville. This Firm Fixed-pre-priced, Blanket Purchase Agreement (BPA) is issued to establish arrangements for lease and service of portable latrines and hand-washing stations. The essence of this arrangement is that multiple contractors will be awarded a BPA to provide and service portable latrines and hand-washing stations to various locations with the cantonment and training areas at the National Training Center, Fort Irwin, California. 1.This BPA Period of Performance will start 1 September 2010. 2.Calls will be placed against this BPA via telephone, email, or facsimile. Each call will specify quantities, required delivery times, and instructions to submit invoices to the address specified within the order transmission issued against this BPA. 3.A summary invoice or an itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all supplies during a billing period, identifying the supplies covered therein, stating their total dollar value, and supported by receipt copies of the delivery receipts. Each order/call will specify quantities, required delivery times, and instructions to submit invoices via the Wide Area Workflow (WAWF) process. This agreement is fixed priced. 4.The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the contractors invoice, the provisions of this BPA will take precedence. 5.Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: (a)Name of Contractor (b)BPA number (c)BPA call number (d)Item description, model number (e)Date of purchase (f)Quantity, unit price, and extension of each item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information) (g)Date of service 6.This agreement does not obligate the Government to order or the vendor to furnish any articles on any quantity except to the extent that may be agreed upon in connection with individual transactions. In the event that this arrangement is applied in connection with ordering material available under Federal Supply Contracts, or other established contracts, nothing herein shall be deemed to modify the terms and conditions of such contracts. A single call under this arrangement is anticipated to be no more than $100,000 in amount. 7.This agreement is made in accordance with negotiation authority of Federal Acquisition Regulation 13.303, Blanket Purchase Agreements. Prices quoted at the time this agreement is issued will remain in effect throughout the specified performance period and are only subject to change upon a request for pricing. 8.This BPA does not obligate any funds. 9.Vendors personnel to contact: NAME: ADDRESS: CITY: TELEPHONE: 10. NOTICE OF INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THIS BPA: All organizations and units at the National Training Center, Fort Irwin, CA. CLAUSES & PROVISIONS Clause 52.212-4 Clause 52.232-33 Clause 252.204-7004 Clause 52.212-5 Clause 52.219-8 Clause 52.222-35 Clause 52.219-14Clause 52.222-21 Clause 52.222-26 Clause 52.222-41 Clause 52.232- 36Clause 52.222-42 Clause 52.000-4058Clause 52.212-3 Clause 52.216-18Clause 52.217-8 Clause 52.216-19 Clause 52.216-21 Clause 52.237-5002 Clause 52.252-2 Clause 52.223-5Clause 52.202-1 Clause 52.203-3Clause 52.203-5 Clause 52.203-7Clause 52.213-4 Clause 52.211-7Clause 52.242-15 Clause 52.244-6 Clause 252.212-7001 Clause 252.246-7000Clause 52.246-4 Clause 52.000-4029 Clause 52.000-4032 Clause 52.204-9Clause 52.233-4 Clause 52.247-27Clause 252.228-8 Clause 52.000-4014 Offers are due no later than 1000 hours PST, 27 August 2010. Submit Prices via email to donna.proctor@us.army.mil at 760-380-3888.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/87066e21b5b7a51b5e0f73a08bdaad65)
 
Place of Performance
Address: Fort Irwin Contracting Command Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
 
Record
SN02251984-W 20100825/100823235924-87066e21b5b7a51b5e0f73a08bdaad65 (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.