BPA - Sanitation Services in Michigan
The Michigan National Guard is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information inclu... The Michigan National Guard is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a total small business set aside. A Blanket Purchase Agreement (BPA) will be established for leasing portable toilets, portable hand wash stations, and on-site services for cleaning, repairs, and resupply for the Michigan Army National Guard. A BPA is not a binding contract but an agreement; thus prices must be set prior to any orders being placed against the BPA. Additionally, either party has the choice to terminate or re-negotiate an agreement provided a 30-day notification is given. BPAs period of performance is usually for a five-year period unless terminated by either party or the established BPA Master Dollar limit has been met. The government is looking for qualified companies to provide leasing of portable toilets, portable hand wash stations, and on-site services for cleaning, repairs, and resupply to the Michigan Army National Guard. Blanket Purchase Agreements (BPA) will be established with multiple companies that are able to meet our requirements. These companies will be required to deliver the portable equipment primarily to Camp Grayling at Grayling, Michigan. However, services may be required at any Michigan Army or Air Force National Guard installation. Delivery dates may begin as early as May 1, 2019. If interested in establishing a BPA with the Michigan Army National Guard, please complete the attached Schedule. Prices should be as low as or lower than those charged to your most favored customers, including any discounts for prompt payment. The associated NAICS codes are found in NAICS 562111 Solid Waste Collection with small business standard of $38.5 million, NAICS 562119 Other Waste Collection with small business standard of $38.5 million; service code W085 Lease or Rental of Equipment - Toiletries. The items to be leased are listed below. Refer to the attached Performance Work Statement for the technical details. CLIN 0001 Portable Toilets 0002 Portable Hand Washing Station 0003 On-Site Services 0004 Contractor Manpower Reporting APPLICABLE PROVISIONS AND CLAUSES The following clauses will be included in the award (details can be located on https://acquisition.gov): FAR: 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.207-4 Economic Purchase Quantity-Supplies 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 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 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 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy 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 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.222-36 Equal Opportunity for Workers with Disabilities DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors 252.225-7048 Export-Controlled Items 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 252.247-7023 Transportation of Supplies by Sea QUOTATION PREPARATION INSTRUCTIONS: (1) Contact/Company Information ? point-of-contact name, address, e-mail, and telephone number ? CAGE code and DUNS number ? Contractor is required to be registered in www.sam.gov The contracting officer is not responsible for locating or obtaining any information not identified in the quote. Omission of missing information may render quote nonacceptable. (2) Pricing ? Terms are Net 30 days. ? Include any discounts for large quantities. ? FOB destination (3) Technical information ? Delivery times should be between 0730 and 1430 EST. ? Units shall be clean, in good condition and without defects at the time of delivery. On-site services shall be performed daily to clean, resupply and repair as needed throughout the period of performance. Each call may specify requirements of period of performance, location and specifics to the service of the call. The Government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on best value. Best value will be based on the capabilities be determined by evaluating each quotation for lowest priced, satisfactory past performance, conforms to the technical information and meets all solicitation provisions. Each call will be competed amongst the established BPA contractors. The Government may not consider quotes that fail to meet all of the requirements requested in this solicitation. Offers are due at 11:00 pm, Eastern Time on 31 March 2019. Email quotes directly to bonnie.l.reineer.civ@mail.mil. Questions are due by 4:30 pm, Eastern Time, 25 March 2019, and must be submitted via email. Questions will not be answered via telephone. It is the vendor's responsibility to monitor this site for any amendments. Questions received after or near cut off time for questions may be held and answered with the considered offerors that placed a quote. The government is not responsible for any attachments that are rejected by the
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »