W--Lease six (6) portable free standing, chemical flushing toilets (to include cleaning and restocking services)

SOL #: N0060416T3091Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PEARL HARBOR
PEARL HARBOR, HI, 96860-4549, United States

Place of Performance

Place of performance not available

NAICS

Septic Tank and Related Services (562991)

PSC

Lease/Rent Equipment (W)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 19, 2016
2
Last Updated
May 23, 2016

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3091. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160510. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 562991 and the Small Business Standard is $7.5M. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of leasing six (6) portable free standing, chemical flushing toilets at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility in accordance with the Performance Work Statement (PWS). CLIN QTY U/I CLIN 0001: Lease six (6) portable free standing, chemical flushing toilets to include cleaning and restocking services in accordance with the Performance Work Statement (PWS) Attachment 1. This requirement is subject to the Service Contract Act and applicable Wage Determination (WD 05-2153 Rev.-21) Attachment 2. 1 Group Period of Performance: 05/25/2016 to 05/24/2017 Place of Performance: Dry Dock# 2, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility The performance of this requirement is to take place in the PHNSY and IMFs Controlled Industrial Area (CIA). The awardee must adhere to the provisions specified in Attachment 3 CIA Security Requirements. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt I Offeror Representations and Certifications 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 Including: 52.-204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers w/Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 11150 Janitor WG-02, Grade 2 $15.62 / 32.85% 52.222-55 Minimum Wages Under Executive Order 13658 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.222-22 Previous Contracts and Compliance Reports 52.222-41 Service Contract Labor Standards 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of provision) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) The following DFAR provision and clauses are applicable to this procurement: 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 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation. (DEVIATION 2016-O0003) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) 252.247-7023 Transportation of Supplies by Sea Quoters shall submit a completed copy of the following attachments with quotation: FAR 52.204-20 Predecessor of Offeror Attachment 4 FAR 52.209-11 Delinquent Taxes or Felony Conviction Attachment 5 FAR 52.212-3 ALT I- Offeror Representations and Certifications Attachment 6 Pearl Harbor Naval Shipyard Site Specific Requirements (Attachment A per PWS) Attachment 7 Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of price and technically acceptable offer and a satisfactory past performance rating as shown in PPIRS-RC. The Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through inquiries of owner representative(s) and any other known sources not provided by the offeror. No past performance will be rated as neutral and be considered acceptable. The Contracting Officer will rank offerors from lowest to highest price, and review the technical quotes of the three lowest priced offers, if those offers are rated technically acceptable, then award will be made with further evaluating technical quotes of other offers. The award will be made to the lowest priced technically acceptable offer. This announcement will close at 08:00 a.m. Hawaii Standard Time on 23 May 2016. All quotes must be submitted via email only, to scheherezade.roundtr@navy.mil. Quotes shall contain a price breakdown (material, labor, travel, etc.) for a proper price evaluation. Please submit all inquiries to the email provided NLT 12:00 p.m., 20 Apr 2016. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********

People

Points of Contact

Scheherezade RoundtreePRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Combined Synopsis/Solicitation
Posted: May 23, 2016
View
Version 4
Combined Synopsis/Solicitation
Posted: May 23, 2016
View
Version 3
Combined Synopsis/Solicitation
Posted: May 23, 2016
View
Version 2
Combined Synopsis/Solicitation
Posted: May 23, 2016
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 19, 2016
W--Lease six (6) portable free standing, chemical flushing toilets (to include cleaning and restocking services) | GovScope