The RFP Database
New business relationships start here

Long & short term Renting/Leasing portable latrines and handwashing stations


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

Combined Synopsis/Solicitation For: Long & short term Renting/Leasing portable latrines and handwashing stations.

 

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; proposals are being requested and a written solicitation will not be issued.


This announcement constitutes the only solicitation, request for quote (RFQ) are being requested and a written solicitation will not be issued. The Mission and Installation Contracting Command (MICC), Fort Lee, VA intends to procure a non-personal services contract to provide long and short term RENTING or LEASING Portable Latrines and handwashing Stations at Army Garrison Fort Lee, Virginia. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary as defined in the PWS to keep the renting or leasing Portable Latrines and handwashing Stations 100% in working order in accordance with the PWS.


The Contractor shall compile historical data, prepare required reports, and submit all information as specified by the Deliverables presented in the contract. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS of this contract.


The intent is to establish work requirements that are performance-based and results-oriented. The Contractor shall determine the best and most cost effective ways to provide maintenance their own RENTING / LEASING Portable Latrines and Handwashing Stations on Fort Lee, Virginia and their component needs, emphasizing innovation and commercial best practices. The Contractor shall furnish all personnel, containers, tools, materials, equipment, transportation, and supervision, except as specified herein as Government furnished, to manage and perform all operations for the services. Performance shall be in accordance with the standards contained herein and all current and/or future local, state, and federal regulations. Personnel employed by the Contractor shall be properly licensed, as required by state, federal and local laws and regulations, experienced in this type of work.


The services will be performed at Fort Lee, Virginia.


Fort Lee serves as the focal point for Army Logistics and provides support to U.S. Army Joint and Coalition operations around the world. It is home of the Combined Arms Support Command, U.S. Army Garrison, Army Logistics College, Ordnance School, Quartermaster Center and School, and the headquarters for the Defense Commissary Agency. The Department of Public Works (DPW), is responsible for the refuse / recycle collection at USAG Fort Lee. Fort Lee is located in Virginia, Prince George County, Fort Lee and consists of approximately 5,907 acres and 475 buildings. The population base consists of approximately 22,747 military, Government civilian, and Contactor personnel, as well as 5,439 resident family members.


Contractor performance requirements are outlined in the attached PWS. Standards and workload data are contained in the attached Technical Exhibits.


Solicitation number W91QF5-19-R-0015 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 dated 20 December 2018. This is a Woman- Owned small business (WOSB) set-aside. The NAICS Code is 562991, Septic Tank and Related Services with a size standard of $7,500,000.00. In order to submit an offer on a contract reserved for competition amomg WOSBS under the WOSB program, the vendor must be registered in the System for Award Management (SAM.gov), have a current representation posted on SAM.gov. It is the vendor responsibility to ensure have upladed all of the douments required by 13 C.F.R 127.300. The complete Offer Schedule, Performance Work Statement, and any other associated documents can be downloaded at https://www.fbo.gov/ under subject solicitation number.


It is contemplated that the Period of Performance will be for a base year (anticipated to begin on or about 30 September, 2019 to 29 September 2020; with four additional option periods. See PWS attached for more information.


The provision 52.219-14 -- Limitations on Subcontracting is applicable.


The provision at 52.212-1 Instructions to Offerors-Commercial Items (July 2013), is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services - Fixed Price. The provision is amended to incorporate FAR 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (Fill-in information - ,http://farsite.hill.af.mil).


The provision at 52.212-2 Evaluation - Commercial Items, is applicable. Section M describes the evaluation criteria.


Evaluation criteria are Technical Capability, Pass Performance see FAR part 13.106-2 and Price. To be considered Acceptable, the offeror must receive an Acceptable rating for the following evaluation factors: See section M of this combined synopsis/solicitation, Evaluation Criteria, for further information.


Evaluation factor the Government will use FAR Part 12.602 Streamlined Evaluation of Offers. Evaluation of quotations or offers vs FAR 15.3 Source Selection to evaluate offers submitted in response to the solicitation. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Periods), utilizing the rates of that performance period.


Specifics regarding the basis for Contract Award are located at the end of this document. The Government intends to make award to Lowest Priced Technically Acceptable (LPTA) offer.


The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror.


The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.228-5 Insurance -- Work on a Government Installation; 52.232-39 Unenforceability of Unauthorized Obligations; 52.246-25 Limitation of Liability - Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 252.201-7000 Contracting Officer's Representative; and 252.243-7001 Pricing of Contract Modifications. The following clauses are added: The clause at 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 (Wide Area Workflow Payment Instructions - DEVIATION 2016-A0001 Dec 2017). The clause at 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications.


The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable:; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Representation; 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 Employment for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer.

Quote shall be good for 90 calendar days from the date of submission.


All questions must be submitted no later than 19 July 2019 at 1:00 PM EST. Questions must be submitted electronically to john.h.meyers8.civ@mail.mil, and magno.g.orellanaalvarado.civ@mail.mil.


For any information regarding this combined synopsis/solicitation please contact Magno Orellana at magno.g.orellanaalvarado.civ@mail.mil, or 804-765-7581.


Offers are due no later than 5 August, 2019 1:30 PM EST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), proposals received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email to the contract specialist at magno.g.orellanaalvarado.civ@mail.mil and CC to the contracting Officer john.h.meyers8.civ@mail.mil



Attachments:
1 - Performance Work Sheet, PRS, and Technical Exhibits
2 - CLINS PRICE LIST BASE PLUS 4 OPT YRS & Period of Performance (PoP) Information.


Section I - Solicitation Provisions and Contract Clauses
Section M - Evaluation Factors Criteria


Magno Orellana, CONTRACT SPECIALIST, Phone 8047657581, Email magno.g.orellanaalvarado.civ@mail.mil - John Meyers , CONTRACTING OFFICER, Phone 8047657786, Email john.h.meyers8.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP