Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

X -- Port-a-Pottie Rental

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE02-13-Q-0223
 
Point of Contact
Stephen C. Gibson,
 
E-Mail Address
stephen.gibson@fema.dhs.gov
(stephen.gibson@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items under simplified acquisitions prepared in accordance with the format in FAR Subpart 12.6, and 13.3 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. HSFE02-13-Q-0223 is issued as a Request for Quote (RFQ). HSFE02-13-Q-0223 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998 with a small business size standard of $7 million. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. FEMA requires port-a-potties (regular and ADA) with washing stations at various locations in the five Burroughs of New York, Long Island, Suffolk, Westchester and other counties for the public while they wait at Disaster Recovery Center's (DRC's) recovery sites. The Offeror shall install the port-a-potties and move them upon request. Port-a-potties are likely to move every 2-3 days. Though daily movement is possible, it is unlikely. Most port-a-potties are likely to remain int the same location for several week up to 6 months. Port-a-potties shall be installed on either grass or a parking lot surface. Offeror shall service port-a-potties daily or as required, to be determined by Government POC. A minimum order of 1-2 regular port-a-potties, 1 ADA port-a-potties, and 1 washing station will be required at each site. PLEASE SEND EMAIL RESPONSE WITH AVAILBILITY, DUNS# (ACTIVE ONLY), ALL REPS AND CERTIFICATIONS INCLUDING THOSE PERSCRIBED BY FAR 26.206, COST ESTIMATE (NON-BINDGING) FOR DAILY; WEEKLY; MONTHLY RENTAL RATES PER UNIT FOR MEETING THE NEED TO INCLUDE DELIVERY; AND EVERY OTHER DAY SERVICING. SUBMIT EMAIL RESPONSES TO STEPHEN.GIBSON@FEMA.DHS.GOV BY 12:00PM (EST) FRIDAY NOVEMBER 23, 2012. It is the Governments intent to make a Multiple Award Blanket Purchase Agreement (BPA). Offerors will be evaluated on price and past performance. Call Orders for services will be competed among the BPA holders and shall be awarded on lowest price/technically acceptable. In accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (FAR 6.6; 42 U.S.C. 5150), FAR 52.226-3 Disaster or Emergency Area Representation, and Far 52.226-4, Notice of Disaster or Emergency Area Set-Aside (as prescribed by FAR 26.206), HSFE02-13-Q-0223 is issued as a Local area set-aside. The area covered in this contract is: Bronx County, Kings County, Nassau County, New York County, Orange County, Putnam County, Queens County, Richmond County, Rockland County, Suffolk County, Sullivan County, Ulster County and Westchester County. A local firm is defined as a private organization, firm, or individual residing or doing business primarily in a major disaster or emergency area. In order to be compliant all offerors must be located or primarily doing business in the above counties. Offerors must submit the reps and certifications, as prescribed in FAR 26.206, that it does or does not reside or primarily do business in the designated set-aside area with their quote. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected offeror(s) must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror(s) must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; HSAR 3052.209-70, Prohibition on Contracts With Corporate Expatriates; 52.209-10, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text messaging while Driving; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE02-13-Q-0223/listing.html)
 
Place of Performance
Address: Various Locations in New York City and Surrounding Counties, New York, United States
 
Record
SN02935003-W 20121122/121120235005-42ceba17e6b067939c77cd8f20a110e1 (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.