Task Force Talon Latrine and Portable Toilet Maintenance Services
COMBINED SYNOPSIS/SOLICITATION Solicitation Date: 05 March 2021 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition... COMBINED SYNOPSIS/SOLICITATION Solicitation Date: 05 March 2021 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and hard copies of the solicitation document will not be issued. This Request for Quotation (RFQ) is for solicitation number is N40192-21-Q-3001. This acquisition will result in the award of a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (FFP/IDIQ) Purchase Order for Latrine and Portable Toilet Maintenance Services, Northwest Field, Dededo, Guam in accordance with Statement of Work (SOW), Appendix 01. The Government intends to make one (1) award from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. Classification Code: The associated North American Industrial Classification System (NAICS) code for this procurement is 562991, Septic Tank and Related Services, with a small business size standard of $8.0 Million. Set-Aside: The proposed acquisition is a competitive Small Business Set-Aside. The Government will only accept offers from eligible Small Business entities. Wage Determination: WD#2015-5693 revision 12 dated 21 December 2020. Contracting Office: Naval Facilities Engineering Systems Command (NAVFAC) Marianas, Marine Corps Base Camp Blaz (MCB CB), Public Works Department (PWD) Facilities Support Contracting (FSC), PSC 455, BOX 195 APO FP 96540-2937. Point of Contacts are JoAnnelle Nededog-Flores, joann.nededog-flores@usmc.mil, 671-362-7180 and Angela Santos, Angela.Santos@usmc.mil, 671-362-7154. Place of Performance: Northwest Field, Dededo, Guam. Delivery and Installation: On or around 01 May 2021. Quotation Due Date and Delivery Information: Quotations are due no later than 10:00 a.m. Chamorro Standard Time (ChST), March 19, 2021. Only electronic quotations will be accepted. Send quotations to JoAnnelle Nededog-Flores, joann.nededog-flores@usmc.mil and Angela Santos, Angela.Santos@usmc.mil. NOTE: The offeror is advised to request a confirmation of receipt to ensure the mail recipient receives the electronic submission. Questions, Amendments, and Notices: 1) Questions regarding the solicitation shall be submitted using Appendix 02 – Pre-Quotation Inquiry (PQI) via electronic mail JoAnnelle Nededog-Flores, joann.nededog-flores@usmc.mil and Angela Santos, Angela.Santos@usmc.mil no later than March 16, 2021 by 2:00 P.M., Chamorro Standard Time (ChST). Verbal queries will not be entertained. E-mail subject should be PQI for RFQ N4019221Q3001, followed by the offeror’s corporate name. NOTE: The offeror is advised to request a confirmation of receipt to ensure the mail recipient receives the electronic submission. 2) Changes to the solicitation will only be made through issuance of amendments via betaSAM. Appendixes: Appendix 1 – Statement of Work (SOW) Appendix 2 – Pre-Quotation Inquiry (PQI) Form Appendix 3 – Price – Schedule – Contract Line Item Numbers (CLINS) for Base and 4 Option Years Appendix 4 – Exhibit Line Item Number (ELIN) for Base and 4 Option Years Appendix 5 – Past Performance Questionnaire (PPQ) CLAUSES: The following solicitation clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018 52.212-4 Addendum: Incorporated by Reference: 52.203-3, Gratuities (Apr 1984) 52.216-19, Order Limitations (Oct 1995) 52.216-22, Indefinite Quantity (Oct 1995) 52.217-8, Option to Extend Service (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirement (Nov 2020) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transporation of Supplies by Sea – Basic (FEB 2019) Incorporated by Full Text: 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): Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far Defense Federal Acquisition Supplements (DFARS): https://www.acquisition.gov/dfars (End of clause) (End of Addendum) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2020) inclusive of: Part (a): 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). Part (b): (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (14) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). (22) (i) 52.219-28, Post Award Small Business Program Representation (Nov 2020) (15 U.S.C. 632(a)(2)). (27) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755). (28) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126). (35)(i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). Part C (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 2016 and 41 U.S.C. chapter 67) (7) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020) (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) Part D Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. Part E Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (See full list of clauses at https://www.acquisition.gov/far/part-52#FAR_52_212-5) (End of Clause) --End of Clauses-- PROVISIONS: The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors--Commercial Items (Jun 2020) 52.212-1 Addendum: Incorporated by Reference: 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Dec 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Nov 2020) 252.215-7007 Notice of Intent to Resolicit (Jun 2012) 252.215-7008 Only One Offer (Jul 2019) 252.222-7002 Representation of Extent of Transportation by Sea (Jun 2019) Incorporated by Full Text: QUOTATION SUBMITTAL INSTRUCTIONS A. BASIS OF AWARD 1. The Government intends to award this contract to the lowest priced quote with acceptable past performance. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the purchase order; to negotiate with offerors in the competitive range. 2. Government intends to evaluate quotations and award a service contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government may reject any or all offers if such action is in the public’s interest; accept other than the lowest offer, and waive informalities and minor irregularities in offers received. 3. The number of quotations to be evaluated may be limited to the lowest priced offer at the discretion of the contracting officer. If the number of quotations are limited, the lowest priced offer shall be provided to the evaluator(s) without any identification of price. If the lowest priced offer is not found to be acceptable then the next lowest priced offer shall be evaluated. The process described will be conducted again as many times as necessary until such time the Government identifies an acceptable quotation. 4. The quotation must set forth full, accurate and complete information as required by the solicitation. The Government will rely on such information in the award of a service contract. By submission of the quotation, the vendor agrees that all services proposed will be for the duration of the contract and any changes shall require prior Contracting Officer’s approval. B. EVALUATION FOR AWARD 1. Offeror shall submit complete and accurate information. The Government may elect not to request additional information to perform the evaluation. Evaluation will be based on price and past performance, therefore award will be based on the lowest priced offer. 2. Evaluation Factors The following evaluation factors shall be used to evaluate the price and non-price portions of the quotations. Quotations will be evaluated based on the following: Factor 1: Price Factor 2: Past Performance a. FACTOR 1: PRICE Submittal Requirements: At a minimum, the Price shall be provided in seven (7) parts as follows: 1. Name title, e-mail address, and phone number of the person or persons authorized to negotiate and bind your firm and/or address quotation clarifications; 2. Complete Price Schedule – Contract Line Item Numbers (CLINS), Appendix 03 3. Complete pricing for ELINs to support the CLIN amounts specified, Appendix 04 4. Confirmation of SAM registration to include completed Representations/Certification (FAR & DFARS Report) in BetaSAM 5. Evidence of financial capability, certified by an independent accounting firm, if practicable, or at least by an authorized officer of the organization. 6. Acknowledgement of all amendments, if applicable. 7. Signed copy of Joint Venture Agreement, partnership agreement, teaming agreement, of letter of commitment for each member of the Offeror’s team identified, (e.g., joint venture partner, partner, team member, subcontractor, parent company, subsidiary, or other affiliated company, etc.), if applicable. Basis of Evaluation: The Government will evaluate price based on the total price. Total price consists of the basic requirements and option items. Analysis of price will be performed to ensure a fair and reasonable price. Price analysis will include one or more of the following: 1. Comparison of quotations in response to solicitation; 2. Comparison of quotations to historical prices paid; 3. Comparison of quotations with published price listing, market prices, similar indexes, and discount or rebate arrangements; 4. Comparison of quotations to Government cost estimates; b. FACTOR 2: PAST PERFORMANCE Submittal Requirement: At a minimum, the Past Performance Factor shall provide the following[WLACUN14] [SCAG15] : 1. Past performance - If a completed CPARS evaluation is available, it shall be submitted with the proposal. If there is not a completed CPARS, the Past Performance Questionnaire (PPQ) included in the solicitation is provided, see Appendix 5. THE OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. Offeror is required to submit a minimum of one (1) and a maximum of three (3) past performance ratings and/or questionnaires with their proposal for which Cellular Services have been performed within the past three (3) years. Contracts listed may include those entered into by the Federal Government, agencies of state and local Governments and commercial customers. Basis of Evaluation: Evaluation will be based on one or more of the following: 1. The contracting officer’s knowledge of and previous experience with the services being acquired; 2. Customer surveys, Contractor Performance Assessment Reporting System (CPARS), and Past Performance Questionnaire replies; 3. Any other reasonable basis. (End of Addendum) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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 PRICE ii. PAST PERFORMANCE (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time 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. (End of provision) 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): Federal Acquisition Regulation (FAR): https://www.acquisition.gov/browse/index/far Defense Federal Acquisition Supplements (DFARS): https://www.acquisition.gov/dfars (End of provision) 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2020) -- End of Provisions --
Data sourced from SAM.gov.
View Official Posting »