Federal Bid

Last Updated on 18 Nov 2013 at 9 AM
Combined Synopsis/Solicitation
Tinian Northern mariana islands

Tinian Portable Toilets

Solicitation ID F1C3473294A002
Posted Date 31 Oct 2013 at 6 AM
Archive Date 18 Nov 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5240 36 Cons Lgc
Agency Department Of Defense
Location Tinian Northern mariana islands United states
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; quotes are being requested and a written solicitation will not be issued. Solicitation F1C3473294A002 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70 .This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 562991 and the small business size standard is $7.0 MIL. The following commercial items are requested:

CLIN 0001 - Please see below quantities and date for the rental of portable toilets:

1. QTY 1 EA Near Port from 5 NOV-15 DEC: Total cleanings is 25 per unit

2. QTY 2 EA (an additional 1EA to #1) Near Port from 16 DEC- 23DEC: Total cleanings is 7 per unit

3. QTY 3 EA at West Field from 8 NOV- 1 DEC: Total cleanings is 13 per unit

4. QTY 6 EA (an additional 3EA to #3) at West Field from 2 DEC- 16 DEC: Total cleanings is 7 per unit

5. QTY 7 EA at Northfield from 4NOV- 22 NOV: Total cleanings is 16 per unit

6. QTY 12 EA (an additional 5EA to #5) at Northfield from 23 NOV- 15 DEC: Total cleanings is 14 per unit

7. QTY 8 EA (removal of 5EA from #6) at Northfield from 16 DEC- 19DEC: Total cleanings is 2 per unit

 

*ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TINIAN*

 

Submit your quote via email to A1C Joshua Boak at email: [email protected] or SSgt Melissa Egeland at [email protected] as an alternate.
Responses to this RFQ must be received via e-mail not later than 12:00 AM local time on Sunday, 3 November 2013. Oral Quotes will not be accepted. Collect calls will not be accepted. 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.
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 proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted.

Award will be based on lowest price 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 proposal or be currently registered and active in the SAM website with their Representations and Certifications completed.

The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman, AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS).

All quotes, questions, and any requests for more information must submitted in writing and be sent to A1C Joshua Boak at email: [email protected] or SSgt Melissa Egeland at [email protected] as an alternate.

 

Bid Protests Not Available