Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

W -- ATR PORTABLE TOILETS - Attachment 1

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA5240-16-Q-M048
 
Archive Date
8/6/2016
 
Point of Contact
Adam R. Thibeault, Phone: 6713664686
 
E-Mail Address
adam.thibeault.1@us.af.mil
(adam.thibeault.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Delivery/work schedule MEMORANDUM FOR ALL INTERESTED PARTIES FROM: 36 CONS/LGCB Bldg 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. 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. 2. RFQ# FA5240-16-Q-M048 for ATR Portable Toilets is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-88. 4. This solicitation has been set aside 100% Small Business under the 562991 NAICS Code, with a small business size standard of $7.5MIL. 5. The government request quotes for the following items; CLIN DESCRIPTION U/I QTY 0001 Toilet&Sink rental/services - See Attachment 1 LOT 1 0002 Toilet&Sink rental/services - See Attachment 1 LOT 1 0003 Toilet&Sink rental/services - See Attachment 1 LOT 1 0004 Toilet&Sink rental/services - See Attachment 1 LOT 1 0005 Toilet&Sink rental/services - See Attachment 1 LOT 1 6. The government requests that all items be delivered in accordance with the schedule in the attached PWS. If this delivery schedule cannot be met, the contractor must specify the proposed delivery schedule in the quote. 7. Offerors must provide all the items/services specified in the Attachment. Offerors that do not provide all items may be considered unacceptable. 8. FAR 52.212-1 Instruction of Offerors -- Commercial applies to this acquisition. 9. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The evaluation factors are as follows; (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: 1) Lowest Price Technically Acceptable (LPTA) (b) 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. *Technically acceptable implies that contractor must meet all minimally stated requirements in Attachment 1 - dated 07/13/2016. 10. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 11. FAR 52.212-4 Contract Terms and Conditions -- Commercial applies to this acquisition. 12. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) dated June 2016 applies to this acquisition. 13. Additional provisions and clauses that apply to this acquisition are: FAR 52.233-2, Service of Protest; FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman. 14. Requests for information are due by 18 July 2016 Chamorro Standard Time. 15. Quotes are due back to the government NO LATER THAN 22 July 2016 at 1600 Chamorro Standard Time. 16. Any quotes or questions may be emailed to SrA Adam Thibeault, adam.thibeault.1@us.af.mil FERNANDO DELGADO Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-16-Q-M048/listing.html)
 
Place of Performance
Address: Andersen AFB, GU, YIGO, Guam, 96929, United States
Zip Code: 96929
 
Record
SN04183918-W 20160716/160714235914-4cc49994fd2e5fcaf338e33c2ea221bd (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.