(ii) The solicitation reference number is FA3030-F1Z5038235AW01; it is being issued as a Request for Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.
(iv) This acquisition is being solicited as full and open competition under North American Industry Classification System (NAICS) code 562991; Septic Tank and Related Services. The small business size standard is $7.5 million. The Product Service Code (PSC)/ Federal Supply Code (FSC) for this acquisition will be W085. If a vendor feels they can meet this requirement of this brand name or equal product, they can submit a quote and will be considered by the agency.
(v) Contract Line Item Number(s) CLINS:
PROVIDE PRICING FOR EACH CLIN WITH YOUR RESPONSE
Item # |
Description |
Quantity |
Unit |
Unit Price |
Total Price |
0001 |
SERVICES NONPERSONAL Period of Performance 1Oct 18 - 30Sep19 |
12 |
Months |
|
|
1001 |
SERVICES NONPERSONAL Period of Performance 1Oct 19 - 30Sep20 |
12 |
Months |
|
|
2001 |
SERVICES NONPERSONAL Period of Performance 1Oct 20 - 30Sep21 |
12 |
Months |
|
|
3001 |
SERVICES NONPERSONAL Period of Performance 1Oct 21 - 30Sep22 |
12 |
Months |
|
|
4001 |
SERVICES NONPERSONAL Period of Performance 1Oct 22 - 30Sep23 |
12 |
Months |
|
|
(vi) Description of Requirements:
This acquisition is being issued as a Request for Quotation (RFQ). All responsible sources may submit a quotation which shall be considered by the agency. 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.
CONTRACTORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT
Description of Line Items:
1. Contractor shall provide all personnel, equipment, tools, materials, supervision, and other services necessary to perform delivery and service of porta potties as described in the attached SOW.
(vii) The contractor shall provide all labor, equipment, materials, tools, parts, shipping and all other items necessary to provide the following items.
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is included in this solicitation.
(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: Price and Technical capability. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106.
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)
(x) The clause at 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this solicitation; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this solicitation.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Deviation 2013-O0019) (Nov 2017) applies to this solicitation.
(xiii) In addition, the following FAR, DFARS, and AFFARS provisions and clauses apply to this acquisition:
The following clauses and provisions have been incorporated by reference:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
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
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-50, Combating Trafficking in Persons
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
52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements
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
252.204-7003, Control of Government Personnel Work Product
252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications
The following clauses and provisions have been incorporated by full text:
252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
Invoice and Receiving Report (Combo)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Not Applicable
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF |
Data to be entered in WAWF |
Pay Official DoDAAC |
FA87700 |
Issue By DoDAAC |
FA3030 |
Admin DoDAAC |
FA3030 |
Inspect By DoDAAC |
F1Z503 |
Ship To Code |
F1Z503 |
Ship From Code |
N/A |
Mark For Code |
N/A |
Service Approver (DoDAAC) |
N/A |
Service Acceptor (DoDAAC) |
F1Z503 |
Accept at Other DoDAAC |
N/A |
LPO DoDAAC |
N/A |
DCAA Auditor DoDAAC |
N/A |
Other DoDAAC(s) |
N/A |
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
Service Acceptor: [email protected]
Contract Administrator: [email protected]
Contracting Officer: [email protected]
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: [email protected]
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
5352.201-9101 - OMBUDSMAN
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the AETC ombudsman, Deputy Director of Contracting, 2035 First Street West, Randolph AFB TX 78150-4304, (210) 652-1722. Concerns, issues, disagreements, and recommendations that cannot be resolved at the AFICA-KT ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
(xv) Quote is required to be received NO LATER THAN 3:30PM CST, Monday, 19 September 2018. Quote must be emailed to [email protected] or faxed to (325) 654-4427 to the attention of Ms. Robyn E. Moore. Please follow-up quote submission with an email to ensure receipt.
(xvi) Direct your questions to Ms. Robyn E. Moore at (325) 654-4421 or e-mail address [email protected] or Mr. William E. Simpkins at (325) 654-3804 or e-mail address [email protected].