Lease /or Rental of Field Sanitation Equipment and Services
The Michigan National Guard (MIARNG) requires Feild Sanitation Equipment and Services for Vibrant Response. It is an exercise taking place at Selfridge Air National Guard Base in Harrison Charter Town... The Michigan National Guard (MIARNG) requires Feild Sanitation Equipment and Services for Vibrant Response. It is an exercise taking place at Selfridge Air National Guard Base in Harrison Charter Township,Michigan. Facilities are required in several locations throughout Selfridge Air National GuardBase to accommodate the Service Members participating in the exercise. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being requested. A written solicitation will not be issued. The solicitation number is W912JB-19-Q-0043. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This requirement is 100% set-aside for small business. The associated NAICS code is 562998 and small business size standard is $7,500,000.00. The prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 21 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 21 calendar day deadline. In this instance this does not apply to this RFQ. If you are not registered in SAM and have an active account, your quote will not be considered. This is a firm fixed price requirement for Lease/or Rental of Porta Johns, Handwashing Stations and Shower Trailers: CLIN Item QTY U/M 0001 Porta Johns 36 EA 0002 Handwashing Stations 10 EA 0003 Shower Stalls 28-32 EA 0004 Shower Trailers (4) EA Period Of Performance of Porta Johns (POP): shall be 05MAY19-16MAY19 for (36) Porta Johns. Set up of the Porta Johns shall be 04MAY19on no later than 3PM Period Of Performance (POP) of Handwash Stations: shall be 05MAY19-16MAY19 for ten (10) Portable Handwashing Stations. Set up of Hand Washing Stations shall be set up on 04MAY19 no later than 3pm. Period of Performance (POP): of (4) Shower Trailers that contain a minimum of (28) shower stalls or a maximum of (36) shower stalls shall be 05MAY19-16MAY19. Set up of shower Trailers that contain a minimum of (28) shower stalls or a maximum of (36) shower stalls shall be 04MAY19. no earlier than 3pm Period of Performance (POP): of four(4) Porta Johns will remain on ground till the 18MAY19. Pick up and removal of the four (4) porta Johns will be picked up/removed by 18MAY19 not later than 2:00PM All other equipment will be Picked Up/Removed on the 16MAY19 no later than 3:00PM. Inspection,acceptance and/or removal/Pick up of equipment must be no later than May 18, 2019. Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil). Please open and read the performance work statement (PWS) that is attached to this solicitation for specific details and placement of Porta Johns, and Washing Stations, and Shower Trailers. Requirements can be found in section 5.0 in the PWS. Quote must be valid for 60 days. The Government intends to award to the lowest priced small business that meets all the technicalspecifications listed in the attached documentation. Offers will be evaluated equally on pricing,technical capability, and no negative or adverse information on FAPIIS or SPRS in the last three years. Your quote should meet or exceed the specifications. APPLICABLE PROVISIONS AND CLAUSES The following clauses will be included in the award (details can be located on www.acquisition.gov): FAR: 52.204?16 System for Award Management 52.204?16 Commercial and Government Entity Code Reporting 52.212?1 Instructions to Offerors? Commercial Items 52.212?3 Offerors Representations and Certifications?Commercial Items, Alternate I 52.222?22 Previous Contracts and Compliance Reports 52.222?25 Affirmative Action Compliance 52.237?1 Services to be performed on Government installations 52.204?13 System for Award Management Maintenance 52.209?10 Prohibition on Contracting with Inverted Domestic Corporations 52.212?4 Contract Terms and Conditions??Commercial Items 52.222?21 Prohibition of Segregated Facilities 52.222?26 Equal Opportunity 52.222?36 Equal Opportunity for Workers with Disabilities 52.222?41 Service Contract Labor Standards 52.222?50 Combating Trafficking in Persons 52.222?55 Minimum Wages under Executive Order 13658 52.223?17 Affirmative Procurement of EPA?designated Items in Service and Construction Contracts 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?39 Unenforceability of Unauthorized Obligations 52.232?40 Providing Accelerated Payments to Small Business Subcontractors 52.233?1 Disputes 52.233?3 Protest after Award 52.233?4 Applicable Law for Breach of Contract Claim 52.246?4 Inspection of Services –Fixed Price 52.249?1 Termination for Convenience of the Government (Fixed?Price) (Short Form) 52.212?5 Dev Contract Terms and Conditions Required to Implement 52.219?28 Post?Award Small Business Program Representation 52.222?42 Statement of Equivalent Rates for Federal Hires DFARS: 252.204?7011 Alternate Line Item Structure 252.204?7004 Alternate A, System for Award Management 252.203?7000 Requirements Relating to Compensation of Former DoD Officials 252.203?7002 Requirement to Inform Employees of Whistleblower Rights 252.204?7003 Control of Government Personnel Work Product 252.204?7012 Safeguarding of Unclassified Controlled Technical Information 252.211?7003 Item Unique Identification and Valuation 252.232?7003 Electronic Submission of Payment Requests and Receiving Reports 252.232?7006 Wide Area Work Flow Payment Instructions The Government may not consider quotes that fail to include all of the information requested in this solicitation. Quotes are due by Tuesday April 30, 2019 @ 11:45PM, Eastern Time. Questions will not be answered via telephone. Email quotes directly to milagros.isabelbaez.civ@mail.mil. Do not submit quotes on FBO; they will not be accepted. It is the vendor’s responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror’s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »