The RFP Database
New business relationships start here

AFICA-Rental and Service of Portable Latrines


New Jersey, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICIATION ‘COMBO'
Rental and Service of Portable Latrines


This is a combined synopsis/solicitation for Rental and Service of Portable Latrines for various locations on Joint Base McGuire-Dix-Lakehurst, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13.105(b), supplemented with additional information included in this notice. This announcement constitutes the solicitation only; quotes are being requested and a written solicitation will not be issued. Solicitation FA4484-18-Q-0002, is being issued as a Request for Quotation (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% small business set-aside. The North American Industrial Classification System Code is 562991 with a small business size standard of $7.5M.


Request all offerors to submit their prices on the attached spreadsheet.
**Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached)


QUOTES DUE DATE: All quotes are due no later than 18 May 2018 at 2:00pm EST. Quotes may be emailed to amber.molina@us.af.mil, faxed to 609 754-4948, or mailed to 87 Contracting Squadron, ATTN: Ms. Amber Molina, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641.


ADDENDUM TO Federal Acquisition Regulation (FAR) 52.212-1 Instructions to Offerors - Commercial Items


Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers."


This solicitation is being issued electronically. All quotes are due no later than 18 May 2018 at 2:00pm EST and shall be submitted via email to amber.molina@us.af.mil, via FAX to 609 754-4948. If this is not possible, hand carried or mailed responses will be acceptable at 87 Contracting Squadron, ATTN: Ms. Amber Molina, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. LATE QUOTES WILL NOT BE CONSIDERED.


A. To assure timely and equitable evaluation of the quotes, the offeror must follow the instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation.


B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness.


C. Specific Instructions: Quotes shall be submitted in two parts:


1. Part I - Price quote with price annotated on the provided pricing sheets; and
2. Part II - Past Performance: Only references from contracts whose performance is relevant to this solicitation are desired.


Please submit:


(a) Quality and Satisfaction Rating for Contracts Completed in the past five years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for a relevant type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc.
(b) Past Performance Questionnaires: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation by utilizing the responses to the past performance questionnaires. NOTE: QUESTIONNAIRES MUST BE SUBMITTED BY THE RATER. QUESTIONNAIRES WILL NOT BE ACCEPTED WHEN SUBMITTED BY THE OFFEROR. Recent past performance is identified as relevant past performance performed within the last five years and relevant past performance is defined as successfully leasing, servicing and maintaining portable latrines.


The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition.


If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts.
(c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the quote a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor.
(d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following:


1. Requirements of the solicitation and performance work statement (PWS), and government standards and regulations pertaining to the PWS.


2. Basis of Award.


Please note that the General Accountability Office has held that offerors are responsible for submitting a well-written offer with adequately detailed information which clearly demonstrates compliance with the solicitation requirements and allows a meaningful review by the procuring agency.


General Information


INFORMATION REGARDING SUBMISSION OF QUOTE: Hand carried quotes must be delivered to 2402 Vandenberg Ave, Joint Base McGuire-Dix-Lakehurst, NJ 08641. The sealed envelope or package used to submit your quote must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror.


Offerors are cautioned that Joint Base McGuire-Dix-Lakehurst NJ has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. LATE QUOTES WILL BE PROCESSED IN ACCORDANCE WITH FAR 52.212-1(F) "LATE SUBMISSION, MODIFICATIONS, REVISIONS, AND WITHDRAWALS OF OFFERS."


FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base:
New Year's Day 1 January
Martin Luther King's Birthday Third Monday in January
Presidents Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas Day 25 December

ADDENDUM TO 52.212-2 Evaluation - Commercial Items
BASIS FOR CONTRACT AWARD: This is a competitive best value award decision in which competing offerors' past performance history will be evaluated on a basis of past performance being more important than price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.


Price Evaluation: The government shall rank all offers by price, including any option prices. An offeror's proposed prices will be determined by multiplying the quantities identified by the proposed unit price for each contract line item number (CLIN) to confirm the extended amount for each. Offerors whose total evaluated price is unreasonable in accordance with FAR 13.106-3(a) may not be considered for award.


Performance Confidence Assessment: The contracting officer shall seek recent and relevant performance information on all offerors based on (1) questionnaires; (2) the past efforts provided by the offeror and (3) data independently obtained from other government i.e. Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); Electronic Subcontract Reporting System (eSRS), or other databases; and interviews/questionnaires with Program Managers, Contracting Officers and Fee Determining Officials, and commercial sources and commercial sources. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance confidence assessment.


a. Recent past performance is identified as relevant past performance performed within the last five years and relevant past performance is defined as successfully leasing, servicing, and maintaining portable latrines The purpose of the past performance evaluation is to allow the government to assess the offeror's probability of meeting the solicitation requirements based on the offeror's demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror.


b. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ.


c. If the lowest priced offer is judged to have a "Substantial Confidence" performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.


d. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision.


e. Offerors are cautioned to submit sufficient information and in the format specified. Offeror's may be asked to clarify certain aspects of their offer (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision.


f. Offerors are responsible for submitting a well-written quote with adequately-detailed information that allows for a meaningful review by the procuring agency. Those offers who do not provide the detailed information risks an unfavorable rating.


FAR 52.216-19
(a) Minimum Order: Quantity of one
(b) Maximum Order: Any order for a combination of items in excess of $500,000.
(d) Contractor shall honor, unless returned to the ordering office within two days.


FAR 52.216-21 Requirements
(f) Contractor shall not be required to make any deliveries under this contract after 30 September 2023.


DFARS 52.216-7006 Ordering
(a) 1 October 2018 through 30 September 2023


LIST OF ATTACHMENTS:
•Attachment 1: Pricing Schedule
•Attachment 2: Performance Work Statement (PWS) (9 pages)
•Attachment 3: Federal Acquisition Regulation clause 52.212-3 Alt 1
•Attachment 4: Wage Determinations 15-4191 Rev. 5 10 Jan 18 (Burlington County) and 15-4195 Rev 5 10 Jan 18 (Ocean County)
•Attachment 5: Past Performance Questionnaire
•Attachment 6: Security Forces Appendix


APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/


52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
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
52.209-7 - Information Regarding Responsibility Matters.
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.212-1 Instructions to Offerors
52.212-2 Evaluation - Commercial Items
52.212-4 Contract Terms and Conditions - Commercial Items
52.216-19 Order Limitations
52.216-21 Requirements
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts).
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications
52.228-5 Insurance -- Work on a Government Installation
52.232-8 Discounts for Prompt Payment
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-2 Service of Protest
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/)
52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/)
252.201-7000 Contracting Officer's Representative
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
252.204-7004 Alternate A, System For Award Management
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252-216-7006 Ordering
252.225-7048 Export of 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
5352.223-9001 Health and Safety on Government Installations
5352.201-9101 Ombudsman


The following provisions/clauses are applicable to FAR 52.212-5:
52.203-6 Restrictions on Subcontractor Sales to the Government
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters.
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting.
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
52.222-35 Equal Opportunity for Veterans
52.222.36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-41 Service Contract Labor Standards.
52.222-50 Combating Trafficking in Persons,
52.222-55 Minimum Wages Under Executive Order 13658
52.223-18 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.


ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Award will be made (all or none) to one vendor.


 


Amber Molina, Phone 6097544408, Email amber.molina@us.af.mil - Christine T. Lehtinen, Contracting Officer, Phone 6097544713, Fax 6097544642, Email christine.lehtinen@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP