Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:M00318-19-Q-0002
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information i...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Solicitation number M00318-19-Q-0002 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 and Department of Defense FAR Supplement (DFARS) current to DPN 20180928. This is a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing, and the size standard is $32.5 million. Quotes are being requested for the following: CLIN 0001: Rental of 40-foot refrigerated container Description: See the attached Performance Work Statement (PWS) for details. Quantity: 12 Unit of Issue: Months Period of Performance: 15-Jan-2019 to 14-Jan-2020 Award will be made to the contractor whose quote represents the best value to the Government. This determination will be made using price and the following non-price factors: Technical and Past Performance. Past Performance will be evaluated by reviewing the Past Performance Information Retrieval System (PPIRS-SR) in accordance with DFARS 213.106-2. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 -- System for Award Management 52.204-13 -- System for Award Management Maintenance 52.204-16 -- Commercial and Government Entity Code Reporting 52.204-18 -- Commercial and Government Entity Code Maintenance 52.212-1 -- Instructions to Offerors - Commercial Items 52.212-3 -- Offeror Representations and Certifications - Commercial Items 52.212-4 -- Contract Terms and Conditions-Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) The Following Clauses incorporated in 52.212-5 are also applicable: 52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.222-3 -- Convict Labor 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-35 -- Equal Opportunity for Veterans 52.222-36 -- Affirmative Action for Workers with Disabilities 52.222-37 -- Employment Reports on Veterans 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act 52.222-50 -- Combating Trafficking in Persons 52.222-52 - Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification 52.222-53 - Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirement 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer - System for Award Management 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials 252.204-7011-- Alternative Line Item Structure 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 -- Wide Area Workflow Payment Instructions 252.232-7010 -- Levies on Contract Payments 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 -- Subcontracts for Commercial Items The full text of the provisions and clauses incorporated here by reference can be found online at http://farsite.hill.af.mil, or by contacting the individual listed on this RFQ. In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Questions regarding this RFQ must be submitted via email to Sergeant Dakota D. Weaver at dakota.weaver@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. (Hawaii) on January 10, 2019. Quotations received after the due date and time will not be considered for award.