N6247320Q0013 - Naval Base Coronado, San Diego CA - Chemical Portable Toilet Rental and Services
This is a Request for Quotes (RFQ) from Naval Facilities Engineering Command Southwest (NAVFAC SW) combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplifie... This is a Request for Quotes (RFQ) from Naval Facilities Engineering Command Southwest (NAVFAC SW) combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N6247320Q0013. The RFQ and incorporated provisions and clauses are those in effect through FAN FAC 2020-05, published on 30 March 2020 and DFARS effective 24 March 2020. This solicitation is issued as Total Small Business Set-Aside. NAICS Code 562991 is applicable and business size is $8M. NAVFAC SW POC: Raquel P. Metz Email: Raquel.p.metz@navy.mil Phone: (858)337-2727 Line Items: See ELIN worksheet. Services in accordance with the Statement of Work (SOW). This involves a Base year, Option Year 1 with 12-months and Option Year 2 Year with 12-months. The period of performance is the SOW. SUBMIT ALL PRICING ON THE ATTACHMENTS ELINs for Quote in a Microsoft excel format. Inspection and acceptance will be made at Destination by the Government at Coronado, CA. Order/Contract resulting from this solicitation will be a Firm Fixed Price (FFP) Single Award. Post Award Contract Administration will be performed by NAVFAC SW FEAD Coronado, San Diego. California. Payment: The U S Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFARs 252.232-7003 and DFARs 252.232-7006. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES AND PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: https://acquisition.gov/far/index.html and www.acq.osd.mil/dpap/dars/dfarspgi/current/ It is the responsibility of the interested contractors to obtain copies of the necessary provisions and or clauses that are required as a part or this solicitation. Required clauses and provisions that are not submitted may render a quote not to be accepted by the Government. The following Provisions and Clauses are applicable: 52.212-2 Evaluation -- Commercial Items (Oct 20 14) (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: (i) TECHNICAL CAPABILITY (ii) PRICE The Government intends to make award on the basis or the lowest evaluated price of quotes meeting or exceeding the acceptability standards for Factor (i), the non-price factor. (The Government will not, however. provide additional credit for those proposals that may exceed the standards.) The technical capability to provide and service chemical toilets/sinks meeting the specifications (Factor i) is equal to price (Factor ii). Offerors proposals will be evaluated under Factor (i) above, which represents the minimum acceptable criteria. Under this factor, the Government will rate the quote as either acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire quote unacceptable and the quote may not be considered for award. Sec paragraph (b) below. Failure to meet the minimum criteria for this factor will render the entire quote unacceptable and the quote may not be considered for award. For those proposals that are rated acceptable on Factor (i), the Government will then evaluate Factor (ii), Price. Award will be made on the lowest evaluated total overall price, including all options and fees/charges/surcharges. See paragraph (b-d) below. All services must be proposed, No partial quotes shall be accepted. (b) Technical Capability, Factor (i), will be assessed by evaluating the vendor's chemical toilet/sinks proposed and service schedule. The Government's requirements for the toilets, sink and services are clearly defined in the scope of work. Submit no more than a two page document/brochure detailing the proposed toilets/sinks and service schedule. Rating Description Acceptable - The services for the chemical toilets/sinks proposed clearly does meet the minimum requirements above. Unacceptable - The services for the chemical toilets/sinks not proposed within Factor (i) clearly does not meet the minimum requirements above. (c) Price. All vendors shall provide a breakdown of pricing on the attached ELINs for Quote The total price for all services and years including any fees will be evaluated. (d) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the lime 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. At the discretion of the Contracting Officer, the Government intends to evaluate quotes and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. ADDITIONAL INSTRUCTIONS TO OFFERORS FAR 52.212-1, Instructions to Offerors Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. An Offeror's quote is presumed to represent the best efforts to respond to the solicitation. The quote shall present evidence of the Offeror's understanding of the requirements. The quote shall demonstrate the Offeror's familiarity with I lie detailed aspects of the requirements and shall clearly show (hat the Offeror correctly interpreted all of the requirements. Responses must adequately address specific RFQ requirements. Statements such as "the Offeror understands" and "the Offeror shall/can comply" along with responses that paraphrase the RFQ are inadequate. The use of phrases such as "standard practices" (with a specific government reference or industry reference) is unacceptable. Quotes submitted in response to this solicitation shall contain the information specified within FAR 52.2 12-2. Offerors are cautioned to not simply restate the specifications in their technical proposal. Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired. Failure of a quote to comply with these instructions may be grounds for exclusion of the quote from consideration. (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the lime 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 arc negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52,204-7 System for Award Management FAR 52.204-13 — System for Award Management Maintenance FAR 52.204-14 — Service Contract Reporting Requirements FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—Representation NOTE: This provision is considered a "fill-in." All applicable fields must be completed. Submit this provision with your quotation. FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.209-10. Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.2 12-3, Offeror Representation and Certifications-Commercial Items-AL T I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a "fill-in," All applicable fields must be completed. Submit this provision with your quotation. 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 FAR 52.203-13 Contractor Code of Business Ethics and Conduct FAR 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies. FAR 52 222-21 Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-41 - Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-40 Notification of Employee Rights under the National Labor Relations Act FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55, Minimum Wage under Executive Order 13658 FAR 52.223-1 8 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.225-25 to Iran Prohibition — Representation on Contracting and Certification with Entities Engaging in Sanctioned Activities FAR 52.232-33 Payment by Electronic Funds Transfer—System for Award Management. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Protest — Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract claim FAR 52.237-1 Site Visit FAR 52.237-2 Protection or Government Buildings, Equipment, and Vegetation. FAR 52.247-34 Fob Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation or Former DOD Officials DFARS 252,203-7002, Requirement to inform Employees of whistleblower Rights DFARS 252 203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252 203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252 204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A System for Award Management DFARS 252.204-7006, Billing Instructions DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-701 2, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-70 1 1 Alternative Line Item Structure DFARS 252.204-701 2 Safeguarding or Unclassified Controlled Technical Information DFARS 252 2 1 3-7000. Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations DFARS 252.225-7048, Export-Controlled Items DFARS 252 232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments. DFARS 252,237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 Pricing or Contract Modifications DFARS 252,244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by sea. FAR 52-217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 6 months. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor before the contract ends; provided that the Government gives the Contractor a preliminary written notice of its intent to extend 30 days before contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. End of Clauses/Provisions eCMRA REPORTING REQUIREMENT The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are. (l) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) S, Utilities ONLY; (5) V, Freight and Shipping ONLY The contractor is required to completely full in all required data fields using the following we address https://doncrnra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October through September 30. While inputs may be reported any time during the FY, all data shall l be reported no later than October 31 of calendar year, Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil Information shall be submitted via email, No faxes will be accepted. Submit responses to raquel.p.metz@navy.mil Reference solicitation number on all documents and requests for information. All responses must be received no later than 3pm (Pacific) on April 7, 2020 Attachments: Attachment I: Statement of Work Attachment II: Wage Determination Attachment III: ELIN Schedule System for Award Management (SAM). Quotes 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/ Questions regarding this solicitation shall be submitted in writing via email to the above. Government point of contact. All questions shall be in writing. Any questions received after 12pm on April 3, 2020 may not be answered. All quotes shall include the solicitation number, price(s), a point of contact, name and phone number; business size, contractor's CAGE code, tax identification number and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
Data sourced from SAM.gov.
View Official Posting »