Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOLICITATION NOTICE

S -- Launch Facility Portable Latrine Providing and Servicing - Package #1

Notice Date
12/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FA4626-18-Q-0002
 
Point of Contact
Charles M Weibel, Phone: 406-731-3123
 
E-Mail Address
charles.weibel@us.af.mil
(charles.weibel@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4 - Porta John Locations India Flight Attachment 3 - Portable Latrine RFQ Attachment 2 - Wage Determination Attachment 1 - Portable Latrine PWS *Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Defense Publication Notice 20161222, and Air Force Acquisition Circular 2017-1003. 3) The NAICS is 562991, Septic Tank and Related Services. The Small Business Size Standard for this NAICS code is $7.5 Million. This acquisition is being competed FULL and OPEN to all sources. 4) Description: The contractor shall provide all equipment, tools, materials, transportation, personnel, labor, supervision, and management necessary to perform Chemical Toilets Leasing, Servicing and Relocation services for the 150 Launch Facilities (LF) assigned to Malmstrom Air Force Base (MAFB), MT located throughout the Missile Complex. In addition to the specifications in the PWS, the Handicap Accessible Portable Latrine must be as follows: - All units placed may be between 58" x 58" and 68" x 68" o For additional units not in the contractor's inventory that must be ordered, they are to meet all contract requirements, be the color Gray, with a 35 to 40 gallon capacity tank. For units that are in the vendor's inventory they are to be placed immediately starting 15 December 2017 and color/tank size are not mandated, however please submit this information with your proposal for what is on-hand. 5) For complete requirement and additional instructions see the following attachments: a) Attachment 1 - Performance Work Statement (PWS) b) Attachment 2 - Wage Determination (WD) c) Attachment 3 - Request for Quotation (RFQ) d) Attachment 4 - INDIA LF Placement Maps *See RFQ - Attachment 3 for CLIN pricing schedule details. 6) Delivery shall be F.O.B. Destination to each LF as designated on Map, Attachment 4. 7) Delivery of portable latrines must be initiated on 15 December 2017 with current inventory. Total completion date is to be submitted as a schedule of # of units, locations, and proposed dates with RFQ pending Government acceptance. 8) Quotes must be valid for 30 days. Quotes must be provided on this form and be signed, dated, and submitted by 15 December 2017, 10:00 A.M. MST to the point of contact listed below. Failure to send quotes to the POC by the due date and time will result in being eliminated from consideration. The offeror must request and obtain an acknowledgement of receipt for electronic submission. Mr. Chuck Weibel - charles.weibel@us.af.mil 9) For further inquiries, please email the Point of Contact listed above. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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) The following FAR clauses applies to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7 System for Awards Management FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror 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. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Gov't FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9 Updates of Publically Available Information Regarding Responsibility Matters FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9 Small Business Subcontracting Plan FAR 52.219-14 Limitations on Subcontracting FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43 Fair Labor Standards Act and Service Contract Act FAR 52.222-55 Establishing a Minimum Wage for Contractors FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications FAR 52.232-18 Availability of Funds FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-4 Inspection of Services - Fixed Price FAR 52.217-5 Evaluation of Option FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to extend the Term of the Contract The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export Controlled Items DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7007 Limitation of Government's Obligation DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7023 Continuation of Essential Contractor Services DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Sub
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab724ed8e82583bc7083c73ec9d9dd72)
 
Place of Performance
Address: Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN04763962-W 20171214/171212230901-ab724ed8e82583bc7083c73ec9d9dd72 (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.