Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
MODIFICATION

W -- FIELD SHOWERS AND PORTABLE TOILETS SERVICES

Notice Date
2/22/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
3985 CUMMINGS ROAD, SAN DIEGO, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N00244-12-T-0105
 
Response Due
3/1/2012
 
Archive Date
8/28/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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, as supplemented with additional information included in this notice.The solicitation number is N00244-12-T-0105 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 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 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 2012-03-01 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SAN DIEGO, CA 91935 The FLC - San Diego requires the following items, Meet or Exceed, to the following: LI 001, Two (2) Thirteen (13) Head Shower Trailers with Private Dressing Rooms, Standard Size Sinks and Vanities. The contractor is responsible for propane not the Government. Each trailer must be equipped with two (2) on demand hot water heaters and one (1) electric water heater for continuous hot water., 2, EA; LI 002, Potable Water Supplied by a California State Certified 6500 Potable Water Truck and Driver. Potable water supplied by and imported to Base. Potable water source not available on Base., 1, EA; LI 003, Grey Water Truck, Driver and Hauling of Waste Off Base. One (1) 3500 gallon grey water truck and hauling of waste to offsite waste facility. Dump site not available on Base., 1, EA; LI 004, 45KW Generator with Cable, Distro Box, Connections and All Diesel Fuel. One (1) quiet series generator to squelch/minimize noise during training. Diesel fuel to be supplied by the contractor not the Government., 1, EA; LI 005, Cleaning and Maintenance. Shower Trailers and Sink Trailer will be maintained by the contractor. Cleaning will be performed folowing heavy traffic times and periodically throughout the day to ensure a pleasant experience for those using the showers. Hand soap, paper towels and disposal paper towels are to be provided and restocked as needed. All cleaning agents and supplies are provided by the contractor. Trash cans, liners, brushes etc will be provided. The contractor will maintain showers in an immaculate condition and clean continuously. Propane, cleaning supplies, soap and disposable towels will be provided by the contractor. The contractor will remain onsite for the entire training period and clean throughout the day to ensure all equipment and areas are pristine., 1, EA; LI 006, Portable Toilets includes rental, supplies, daily pumping and cleaning as well as urinal blocks. The Government will determined how many "female only" toilets will be marked., 20, EA; LI 007, Delivery Charge. All transportation costs should be included into price., 2, EA; LI 008, Return/Pick-Up. All transportation costs should be included into price., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego 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. FLC - San Diego 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 532490 and the Small Business Standard is $7M. FAR 52.247-34, F.o.b. Destination applies 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) a) The Government plans to 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) CAPABILITY TO PERFORM (ii) PAST PERFORMANCE (iii) PRICEOnly those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii), Past Performance, is slightly more important than Factor (iii) Price. Combined, Factor (i) and (ii) are significantly more important than Factor (iii) Price. Factors will be evaluated based upon the following criteria:Factor (i) CAPABILITY TO PERFORM1. Demonstrate clarity and understanding of the Statement of Work (SOW). 2. Demonstrate sufficient knowledge and capability to provide equipment and services, but may not be limited to: Containerized shower facilities, non-potable and potable water, grey/black water containment and removal. 3. Demonstrate sufficient knowledge and capability to develop and implement procedures that identify, prevent, and ensure non-recurrence of defective services. Perform all maintenance and upkeep of contracted facilities in accordance with operating directives. 4. Provide evidence that makes demonstrates the best effort to ensure all contracted equipment?s readiness is maintained throughout the terms of the contract. If the equipment not being maintained to an appropriate level, what immediate action is taken to correct the maintenance problem. 5. Provide evidence that qualified personnel will be provided to maintain, operate equipment and provide the required services in accordance with the Statement of Work (SOW). (End of provision) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7001 Buy American Act and Balance of Payments Program. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions?Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. 52.232-36 Payment by Third Party (FEB 2010) 252.204-7003 Control Of Government Personnel Work Product 52.228-5 Insurance-Work on a Government Installation 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as public record under the Freedom of Information Act. This is an All or None offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-12-T-0105/listing.html)
 
Place of Performance
Address: SAN DIEGO, CA 91935
Zip Code: 91935
 
Record
SN02680202-W 20120224/120222234617-03c3b4dea14332d337826fa8830a8f00 (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.