Massachusetts Bids > Bid Detail

Portable Latrines Blanket Purchase Agreement

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159750086982953
Posted Date: Dec 7, 2023
Due Date: Jan 11, 2024
Source: https://sam.gov/opp/84599038c7...
Follow
Portable Latrines Blanket Purchase Agreement
Active
Contract Opportunity
Notice ID
W912SV24Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NE USPFO ACTIVITY MA ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 07, 2023 01:39 pm EST
  • Original Published Date: Dec 07, 2023 11:32 am EST
  • Updated Date Offers Due: Jan 11, 2024 05:00 pm EST
  • Original Date Offers Due: Jan 11, 2023 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 26, 2024
  • Original Inactive Date: Jan 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W085 - LEASE OR RENTAL OF EQUIPMENT- TOILETRIES
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    MA
    USA
Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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.



The solicitation is being issued as a Request for Quote; the solicitation number is W912SV-24-Q-0002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-06.



The Massachusetts Army National Guard (MAARNG) has a requirement to establish multiple Blanket Purchase Agreements (BPA) for Portable Chemical Latrines (PCL) and Hand Washing Stations (HWS) for MAARNG Soldiers during drill, training periods, and other events as needed.



A BPA is an agreement, not a contract or purchase order. It is like a charge account that sets forth terms and conditions prior to an actual purchase. The Government is not obligated to purchase any definite amount under this BPA. If a need arises, an authorized representative of the Government may issue an order following the procedures outlined in the BPA. If the BPA holder accepts the order, then a binding contract between the Government and BPA holder will exist for that specific order.



This requirement is issued under a Total Small Business set-aside using Simplified Acquisition Procedures IAW Federal Acquisition Regulation (FAR) Part 13.5 under NAICS code 562991 – Septic Tank and Related Services. The small business size standard is $9.0M. Interested vendors must add the applicable NAICS to their System for Award Management (SAM) Representations and Certifications prior to submitting their responses.



Description of Requirement:



1. The Contractor shall provide PCLs and HWS as described in the attached Performance Work Statement (PWS).



2. Additional terms and conditions are contained in the following documents:



a) Blanket Purchase Agreement Terms and Conditions;



b) Attached Provisions and Clauses incorporated by reference or by full text below.



3. Contract Line Item Numbers (CLIN) will be dependent on individual Calls and/or orders issued under the resultant BPA. Delivery quantities, locations, and types will vary according to need and will be determined for each order or call placed under a Master Blanket Purchase Agreement.



4. The Government intends to award approximately three (3) BPAs to responsible vendors that demonstrate a capability to provide PCLs and HWS as described in the PWS. The Government reserves the right to award additional BPAs beyond the estimated number, or award no BPAs, from this combined synopsis/solicitation as determined to be in the Government's best interest. BPAs do not obligate any funds and are not binding contracts. The Government will be obligated only to the extent that authorized BPA calls or orders are actually made under these agreements.



5. BPAs will be evaluated annually and are anticipated to remain in place for five (5) years. The total maximum order limit for ALL Master BPAs (combined) awarded under this solicitation is $1,000,000. Individual orders or calls will not exceed $1,000,000. The establishment of a BPA does not imply any agreement on the part of the Government to place future calls or orders with the BPA holder. The Government makes no representation as to the number or dollar amount of orders that may be placed.



6. Calls/orders will be competed among Master BPA holders for the applicable region as request for quotes via oral solicitation or by e-mail. Failure to submit a complete and timely response to a Request for Quote (RFQ) may result in it being determined non-responsive.



a) The Government reserves the right to set aside any Call/order to any specific socioeconomic category of small business BPA Holder(s) (i.e., 8(a), HUBZone, SDVOSB, or WOSB, etc. concerns).



b) The Government reserves the right, at the Government’s discretion, to directly award a Call or issue an order to any BPA Holder that has not yet received a call/order under their Master BPA or where a justification is made for exception to fair opportunity.



c) The Government reserves the right to not request quotes from any BPA Holder due to lack of satisfactory performance or a documented history of poor-quality items on prior BPA orders/Calls.



Submission Requirements:



1. The Government will evaluate all responses in accordance with the submission requirements and evaluation criteria described herein. Responses should be prepared simply and provide a concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include:



a) Capability Statement showing how the vendor can meet all requirements of this solicitation.



b) Current price list(s) for PCL and HWS that may be selected by the Government to meet the requirements of the PWS. Rates for additional charges should also be included. Please note that the Massachusetts National Guard is exempt from tax, therefore rates should not include tax.



c) A statement regarding the offeror’s desired locations, in accordance with PWS Section 1.8.3. In your response, please indicate to which location(s) your firm would like to be considered for calls/orders. You may select any number of zones.



2. The responses to this combined synopsis/solicitation shall be submitted VIA E-MAIL ONLY. Ensure that the e-mail is clearly marked to indicate its contents, the solicitation number, and the identity of the firm submitting. Responses may be submitted in Word or PDF format only. Do not include links to websites in lieu of incorporating information into your response.



3. As prescribed in DFARS 252.204-7007, interested parties must be registered with System for Award Management (SAM) under the NAICS 311999. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://sam.gov/SAM/.



Evaluation Criteria:



BASIS FOR AGREEMENT: Price Only



BPAs will be established with responsible vendors that can successfully meet the submission requirements stated above. The Government intends to evaluate responses and award BPAs without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. IAW FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required.



NOTE: THE GOVERNMENT WILL NOT AWARD TO THIRD PARTY ENTITIES.



SUBMISSION OF RESPONSES:



Responses shall be submitted electronically to Isao Hattori via isao.hattori.civ@army.mil and Timar Sealy via timar.a.sealy.civ@army.mil. All responses shall be submitted by the time indicated on this notice.



**Responses will only be accepted electronically via the e-mail addresses provided above. It is the vendors’ responsibility to confirm that their responses have been received.



QUESTIONS:



Questions regarding this acquisition may be addressed to Timar Sealy and Isao Hattori at the above listed email addresses.



Questions must be received no later than five (5) business days prior to date for receipt of responses.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MAARNG DO NOT DELETE 87 BARNUM RD
  • DEVENS , MA 01434-3505
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >