Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
SOLICITATION NOTICE

W -- Temporary Latrine Trailer/ Pinewood Facility

Notice Date
4/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJU1084A001
 
Archive Date
5/7/2011
 
Point of Contact
Melissa A Robertson, Phone: 813-828-6570, Thomas M. Armstead, Phone: 813-828-0280
 
E-Mail Address
melissa.robertson@macdill.af.mil, thomas.armstead@us.af.mil
(melissa.robertson@macdill.af.mil, thomas.armstead@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial product 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. This is a Request for Quote (RFQ) and the solicitation number is F2VUJU1084A001. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: *Please Note: We are asking for a base year plus three (3) option years. CLIN 0001 - Lease/Rent/Install and perform weekly janitorial services for temporary latrine at JSOU Pinewood facility, Base Year. POP 01 May 2011 to 30 April 2012. CLIN 1001 - Lease/Rent/Install and perform weekly janitorial services for temporary latrine at JSOU Pinewood facility, Option Year 1. POP 01 May 2012 to 30 April 2013. CLIN 2001 - Lease/Rent/Install and perform weekly janitorial services for temporary latrine at JSOU Pinewood facility, Option Year 2. POP 01 May 2013 to 30 April 2014. CLIN 3001 - Lease/Rent/Install and perform weekly janitorial services for temporary latrine at JSOU Pinewood facility, Option Year 3. POP 01 May 2014 to 30 April 2015. STATEMENT OF REQUIREMENTS The Joint Special Operations University (JSOU) requires temporary latrine trailer delivered and installed at the Pinewood Facility, 6701 S. Dale Mabry Hwy, Tampa, FL. 1. Location: - This trailer will be located on the east side of the building near water hook-ups. Location shall be such that the latrine trailer can be serviced by pump-out truck. 2. Contracting Requirements: - Provide all plant, labor, materials, incidentals and efforts to deliver and install a latrine trailer at the Pinewood Facility, 6701 S. Dale Mabry Hwy, Tampa, FL. The contractor shall research and obtain all necessary permits as required by applicable codes and laws. At a minimum the contractor shall obtain and secure a Holding Tank Permit by the City of Tampa Department of Health, electrical hookup permit by the City of Tampa and/or Tampa Electric Company (TECO), and potable water backflow preventor by the City of Tampa Water Authority. The latrine trailer shall meet all applicable construction and life safety codes. The contractor shall provide janitorial services and pump out services to be accomplished no less than a weekly basis. 3. Restroom Trailer Features: - Must have minimum of 6 Stations no more than 8 stations (a mix of private stalls and urinals). - All stations will be male. - Must have adequate HVAC and ventilation systems. - Trailer will not be hooked up to sewer system. - Pumping service will be required on a weekly basis. 4. Requested Period of Performance Base Period of Performance: 1 May 2011 through 30 Apr 2012 with options to extend for three additional consecutive one year periods: - Option Year 1 - 1 May 2012 through 30 Apr 2013 - Option Year 2 - 1 May 2013 through 30 Apr 2014 - Option Year 3 - 1 May 2014 through 30 Apr 2015 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 effective 01 April 2011, DFAR DPN 20110331 effective 31 March 2011 and AFFAR AFAC 2011-0214 effective 14 February 2011. The North American Industry Classification System code (NAICS) 562991, Septic Tank and Related Services. The Standard Industrial Classification (SIC) is 7359. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made in accordance with the following clause: 52.212-2 -- Evaluation -- Commercial Items. 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: (i) technical capability of the item offered to meet the Government requirement - offeror shall submit detailed specifications as to how they will meet all requirements listed. (ii) price - firm fixed price (iii) past performance (see FAR 15.304); - offeror shall submit at least 3 references. References will be checked for recency and relevancy. Work should have been accomplished within the last 5 years. Technical and past performance, when combined, are equal 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 significantly unbalanced. Evaluation of options shall not obligate the Government to 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 specified in the offer, shall result in a binding contract without further action by either party. Before the offer's 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 Provision) DELIVERY ADDRESS: The equipment is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; Far 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alt 1, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010), FAR 52.219-6 Total Small Business Set-Asides, FAR 52.219-8 Utilization of Small Business Concerns (Jan 2011), Far 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.219-28, Small Business Representations, 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 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.223-18 Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.217-8 Option to Extend Services (fill-in = 30 days); FAR 52.217-9 Option to Extend the Term of the Contract (fill-ins = 60 days, 30 days respectively); FAR 52.252-2 Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of Government Personnel Work Product; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.243-7001, Pricing of Contract Modifications; 252.204-7004, (Alt 1), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3 Gratuities, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010), DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998), DFARS 252.247-7023 Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 22 April 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Thomas Armstead 6 CONS/LGCB by email to thomas.armstead@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJU1084A001/listing.html)
 
Place of Performance
Address: US SOCOM/ Pinewood Facility, MacDill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02418967-W 20110408/110406235109-b3797537ad6d80033c6b36e7395243ba (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.