Lease Portable Toilet Trailer and Services
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, ... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format 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. Quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation N4019220Q4182 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporates provisions and clauses are in effect through Federal Acquisition Circular FAC 2020-08 and DFARS Publication Notice 2020-06.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/browse/index/far/ , https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index/html. The NAICS code is 562991. This is a 100% small business set-aside. Quotes shall include all labor, safety, transportation, materials and equipment necessary to provide Lease of Portable Toilet Trailers and Cleaning Services as specified in the Statement of Work. The Naval Facilities Engineering Command Marianas, Contracting Office requests a quote from qualified sources capable of providing the following service as requested: ITEM NO. 0001 – Lease of Portable Toilet Trailers and Cleaning Services for Puget Sound Naval Shipyard in accordance with the Statement of Work (SOW)(Attachment 1). Quantity: 2/Each. Period of Performance: 01 October 2020 – 30 September 2021. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award “care of” will not be accepted. Quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable contract number. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for ITEM NO. 0001 to be considered for award. Price: Price Quote. Prices must be submitted for ITEM 0001. This is an All-or-None request; multiple awards will not be made. While price is a significant factor in the evaluation of quotes, the final contract award will be based on a combination of the lowest priced technically acceptable and availability. An award will be made to the lowest priced responsible quoter submitting a technically acceptable quote based on the Statement of Work (SOW). FAR 52.212-2, Evaluation—Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussions anytime during evaluation. Technical acceptability means meeting the minimum specifications under ITEM NO. 0001. All Quotes will be ranked based on price. Only the lowest priced Quote will be evaluated for technical acceptability, unless the lowest priced Quote is deemed technically unacceptable. If the lowest Quote is deemed technically unacceptable, the next lowest Quote will be considered, and so on until an offeror is identified to be technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their Quote or be currently registered in the SAM website with their Representations and Certifications completed. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance52.204-16 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 – Alternate I 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Program Representation 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 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combatting Trafficking in Persons 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services – Requirements 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer- SAM 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 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 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7005 Representation relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 252.247-7023 Transportation of Supplies by Sea Question Submission: Interested quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions shall be submitted to the email address Geraldine.julao@fe.navy.mil no later than Tuesday, 25 August 2020 at 10:00 AM Guam Local Time. Questions received after this deadline will not be considered. Responses to this RFQ must be received via e-mail delivery no later than 1600 hours on 08 September 2020 Guam Local Time. Oral Quotes will not be accepted. Emailed Quotes must be received on time and be able to open the email and all attachments. The Government does not accept responsibility for non-receipt of Quotes. It is the contractor’s responsibility to request and receive confirmation of Quote receipt. Submit Quotes via email to Florence Garrido at Florence.garrido@fe.navy.mil and copy to Geraldine Julao at Geraldine.julao@fe.navy.mil. ATTACHMENT: Statement of Work (SOW)
Data sourced from SAM.gov.
View Official Posting »