Massachusetts Bids > Bid Detail

Portable Restrooms

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159856411511350
Posted Date: Feb 14, 2023
Due Date: Mar 8, 2023
Solicitation No: W50S81-23-Q-0001
Source: https://sam.gov/opp/ca797d39a9...
Follow
Portable Restrooms
Active
Contract Opportunity
Notice ID
W50S81-23-Q-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NE USPFO ACTIVITY MAANG 104
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 14, 2023 04:39 pm EST
  • Original Date Offers Due: Mar 08, 2023 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W085 - LEASE OR RENTAL OF EQUIPMENT- TOILETRIES
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Westfield , MA 01085
    USA
Description

(i) This is a combined synopsis/solicitation for commercial products or commercial services 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.



(ii) W50S81-23-Q-0001 is issued as a request for quotation (RFQ).



(iii) This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2023-01.



(iv) This requirement is an unrestricted requirement under NAICS 562991 and the small business size standard is $9 Million. The PSC is W085.



(v) Contract line item numbers (CLIN):



0001 Portable Restroom - Standard 190 EA



0002 Portable Restroom – ADA Compliant 20 EA



0003 Portable Restroom – Cleaning Fee 700 EA



0004 Portable Restroom - Supplies 1 Job



0005 Portable Restroom -Delivery and Removal 1 Job



(vi) See attached performance work statement, dated 31 January 2023, for description and specifications of requirements.



(vii) The anticipated Period of Performances for this contract will start 12 May 2023 through 14 May 2023 at Barnes Air National Guard Base, Westfield, MA 01085.



Quotations shall include a price for each CLIN



(viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Services, applies to this acquisition and addendum 52.212-1 applies.



***Addendum to FAR 52.212-1***



The Offeror shall submit in addition to the pricing sheet the following items.



The Offeror shall provide documentation on the types of equipment that they plan to provide, for example but not limited to cut sheets on each type of unit and type of hand sanitizer/hand cleaning station.



The Offeror shall provide a plan on their cleaning procedures, to include but not limited to, number of personnel, number of trucks, materials used to clean and disinfect items, as well as how they will respond to emergency calls for cleaning and repair.



The Offeror shall provide a plan on how they intend to maintain adequate stock in the units.



(ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition:



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



BASIS FOR AWARD: The Contracting Officer may only award a contract to a responsive, responsible Offeror whose proposal conforms to the requirements of this solicitation and offers the best overall value to the Government. Any Offeror's proposal that merely offers to perform work according to the terms of the solicitation or fails to present more than a statement indicating its capability to comply with the terms without support and elaboration as specified in the instructions will be rendered non-responsive.



The evaluation shall be conducted utilizing Simplified Acquisition Procedures. In accordance with FAR 13.106-2(b)(3), formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. The Contracting Officer intends to conduct comparative evaluations of offers. The Government also intends to evaluate responses and award without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.



The Factors that shall be used to determine Best Value are Technical and Price



Non-price factors are approximately equal in importance as price. As such, the Government may award to other than the lowest price or most highly evaluated technical proposal.



These factors are further described below:



Technical:



a. The Offeror shall provide documentation of their equipment they plan to provide. Those that provide informational sheets that meet the requirements of the PWS will be acceptable, Offeror’s that only state they will meet the requirements of the PWS will be rated lower than those that provide detailed information with quantities of their proposed equipment. Those that provide hand sanitizing stations will be rated higher than those with wash stations.



b. The Offeror shall provide their plan on cleaning procedures. Those offeror’s that provide site specific information for the cleaning as well as detailed information on their on-call procedures will be rated higher than those that only state they will meet the requirements of the PWS. Those offeror’s whose on-call plan include exact personal and numbers to call will be rated higher than others who do not include the information.



c. The Offeror shall provide a plan on how they intend to maintain adequate stock. Offerors who provide details on how, how much, and type of inventory proposed will be rated higher than those who state they will meet the requirements of the PWS.



Price:



The Government will evaluate the pricing proposed by the Offeror for fairness and reasonableness based upon pricing received from other Offerors, as well as historical information or other means as determined necessary.



(b) Options. Are not applicable to this contract action



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of provision)



(x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Jan 2017), applies to this acquisition. Offeror shall complete the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov prior to contract award.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.



(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services, applies to this acquisition.



(xiii) The following Provisions and clauses apply to this acquisition are incorporated by full text: Reference attached Provisions and Clauses



(xiv) The Defense Priorities and Allocation System (DPAS) rating for this contract is not rated.



(xv) Please include UEI and Cage Code in the quote. Quotes shall be valid for at least 30 days. Quotes are due back to Sarah Sinclair via email only at 104.FW.MSC@us.af.mil by 08 March 2023 at 2:00 P.M.



(xvi) If there are any questions regarding this acquisition, please e-mail 104.FW.MSC@us.af.mil.



Service Contract Act Wage Determination #2015-4095 Rev. #23, dated Dec 27, 2022 applies to this solicitation .


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MAANG DO NOT DELETE 175 FALCON DR BARNES ANGB
  • WESTFIELD , MA 01085-1482
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 14, 2023 04:39 pm ESTCombined Synopsis/Solicitation (Original)

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 >