Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

W -- Lease and Servicing of Portable Toilets

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060417Q4094
 
Response Due
9/15/2017
 
Archive Date
9/30/2017
 
Point of Contact
Ryan Kanda 808-473-7582
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-17-Q-4094. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 562991 and the Small Business Standard is $7.5 million. The proposed contract is a 100% total small business set aside. Wage Determination 2015-5689 (Rev. 3) dated 8/3/2017 is applicable to this requirement. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistic Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following services in accordance with the Performance Work Statement, which will result in a Firm Fixed Price (FFP) contract. Base Period of Performance: Sept 25, 2017 - Sept 24, 2018; Opt 1 Period of Performance: Sept 25, 2018 - Sept 24, 2019; Opt 2 Period of Performance: Sept 25, 2019 - Sept 24, 2020; Opt 3 Period of Performance: Sept 25, 2020 - Sept 24, 2021; Opt 4 Period of Performance: Sept 25, 2021 - Sept 24, 2022. See Performance Work Statement (PWS) - Attachment I, and, Quote Sheet - Attachment II, for description of requirement and quoting format. The Delivery Location(s) are CLIN specific and referenced in PWS. Responsibility and Inspection: the resulting awardee will be responsible for the performance of all inspection requirements and quality control. The method of payment is Wide Area Work Flow (WAWF). The following FAR provisions and clauses are applicable to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017); 52.204-7, System for Award Management (Oct 2016); 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-16, Commercial and Government Entity Code Reporting (July 2016); 52.204-17, Ownership or Control of Offeror (July 2016); 52.204-18Commercial and Government Entity Code Maintenance (July 2016); 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016); 52.212-1, Instructions to Offerors - Commercial Items (Oct 2016); 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items (Jan 2017); 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Jan 2017), including: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28, Post Award Small Business Program Representation (July 2013); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (April 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.222-36, Equal Opportunity for Workers w/Disabilities (July 2014); 52.222-50, Combating Trafficking in Persons (March 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restriction on Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer - System for Award (July 2013); 52.222-41, Service Contract Labor Standards (May 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.217-5, Evaluation of Options (July 1990); 52.217-8, Option to Extend Services (November 1999); 52.217-9, Option to Extend the Term of the Contract (March 2000); 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.232-18, Availability of Funds; 52.232-39, Unenforceability of Unauthorized Obligations (June 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.237-1, Site Visit (Apr 1984); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of provision) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) 52.222-42, Statement of Equivalent Rates (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only and it is not a Wage Determination: Employee Class Series Monetary Wage Fringe Rate LABORER WG-3 $17.3036.25% DFARS provisions and clauses applicable to this procurement are: 252.203-7000, Requirements Relating To Compensation of Former DoD Officials (Sept 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sept 2013); 252.203-7005, Representation Relating To Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (April 1992); 252.204-7004 Alt A, System For Award Management (May 2013); 252.204-7011, Alternative Line Item Structure (Sept 2011); 252-204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); 252.223-7001, Hazard Warning Labels (Dec 1991); 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014); 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); 242.225-7048, Export-Controlled Items (June 2013); 252.232-7003, Electronic Submission of Payment Requests And Receiving Reports (Jun 2012); 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013); 252.232-7010, Levies On Contract Payments (Dec 2006); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); 252.244-7000, Subcontracts For Commercial Items And Commercial Components (DoD Contracts) (Jun 2013); 252.247-7023Transportation of Supplies by Sea (Apr 2014) ATTACHMENT I - Performance Work Statement (PWS), including Attach. A, Pearl Harbor Naval Shipyard and IMF Site Specific Requirements and Attach. B, Pictures of two (2) Government-owned portable toilets ATTACHMENT II “ Quote Sheet (Optional) ATTACHMENT III “ FAR Provisions 52.204-20, 52.209-11, 52.212-3 and Alt I (Include copy with proposal submission) ATTACHMENT IV “ Wage Determination 2015-5689 (Rev. 3) dated 8/3/2017 Award Selection shall be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Procedures in FAR 13.106 are applicable to this procurement. An award shall be made to the responsible offeror submitting a technically acceptable quote, per the attached specifications, and offering the lowest evaluated price. To be considered for evaluation, offerors must quote on all items/services listed in the PWS. Failure to return FAR Provisions 52.204-20, 52.209-11, and 52.212-3 and Alt I may result in your submission being deemed unresponsive. This announcement will close at 1:00pm HST on 9/15/2017. Contact Ryan Kanda at 808-473-7582 or ryan.kanda@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Offerors are encouraged to email their quotations. Question Submission: interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Please submit questions no later than 9/14/2017 at 11:30am HST. System for Award Management (SAM): quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), point of contact information - name, email and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4094/listing.html)
 
Place of Performance
Address: Various Locations, JBPHH, HI
Zip Code: 96860
 
Record
SN04672111-W 20170914/170912231331-d98de4eb7fa3e215718b42e5d077f858 (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.