**Amendment 2 for FA4528-18-Q-4012 includes:
-Q&As Updated
-Revised RFQ to update acceptable latrine dimensions
-Revised PWS Changed Section 1.2 to update required latrine dimensions
-Combo Description Changes below in BOLD
**Amendment 1 for FA4528-18-Q-4012 includes:
-Q & As Posted
-Revised RFQ Changed CLIN Price Schedule and Note
-Revised PWS Changed Section 1.2, 1.4, and Appendix 2
-Combo Description Changes below in bold
*Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.
2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Defense Publication Notice 20161222, and Air Force Acquisition Circular 2017-1003.
3) The NAICS is 562991, Septic Tank and Related Services. The Small Business Size Standard for this NAICS code is $7.5 Million. This acquisition is set-aside for 100% small business concerns.
4) Description: The contractor shall provide all equipment, tools, materials, transportation, personnel, labor, supervision, and management necessary to perform Chemical Toilets Leasing, Servicing and Relocation services for the 150 Launch Facilities (LF) assigned to Minot Air Force Base (MAFB), ND located throughout the Missile Complex. In addition to the specifications in the PWS, the Handicap Accessible Portable Latrine must be as follows:
- All units placed may be between 58" x 58" and 68" x 68"
o For additional units not in the contractor's inventory that must be ordered, they are to meet all contract requirements, be the color Blue, with a 35 to 40 gallon capacity tank. For units that are in the vendor's inventory they are to be placed immediately starting 15 December 2017 and color/tank size are not mandated, however please submit this information with your proposal for what is on-hand.
5) For complete requirement and additional instructions see the following attachments:
a) Attachment 1 - Performance Work Statement (PWS)
b) Attachment 2 - Wage Determination (WD)
c) Attachment 3 - Request for Quotation (RFQ)
*See RFQ - Attachment 4 for CLIN pricing schedule details.
6) Delivery shall be F.O.B. Destination to each LF as designated on Map, Attachment 2.
7) Delivery of portable latrines must be initiated on 15 December 2017 with current inventory. Total completion date is to be submitted as a schedule of # of units, locations, and proposed dates with RFQ pending Government acceptance.
8) Quotes must be valid for 30 days. Quotes must be provided on this form and be signed, dated, and submitted by 11 December 2017, 2:00 P.M. CST to both of the points of contact listed below. Failure to send quotes to both POCs may result in being eliminated from award. The offeror must request and obtain an acknowledgement of receipt for electronic submission.
Primary: Mr. Scott Stauffer - scott.stauffer@us.af.mil
Alternate: Ms. Angela Klein - angela.klein@us.af.mil
9) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, Ms. Angela Klein at angela.klein@us.af.mil.
The following clauses and provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process:
1. Price
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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)
The following FAR clauses applies to this acquisition:
FAR 52.203-3 Gratuities
FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper
FAR 52.204-7 System for Awards Management
FAR 52.204-13 Systems for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-17 Ownership or Control of Offeror
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-2 Evaluation- Commercial Items
FAR 52.212-3 Offeror Representations and Certifications
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Gov't
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-9 Updates of Publically Available Information Regarding Responsibility Matters
FAR 52.219-6 Notice of Total Small Business Aside
FAR 52.219-8 Utilization of Small Business Concerns
FAR 52.219-9 Small Business Subcontracting Plan
FAR 52.219-14 Limitations on Subcontracting
FAR 52.219-28 Post Award SB Representation Program
FAR 52.222-3 Convict Labor
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Equal Opportunity for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.222-40 Notification of Employee Rights
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.222-54 Employment Eligibility
FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer
FAR 52.222-17 Nondisplacement of Qualified Workers
FAR 52.222-41 Service Contract Act of 1965
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires
FAR 52.222-43 Fair Labor Standards Act and Service Contract Act
FAR 52.222-55 Establishing a Minimum Wage for Contractors
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications
FAR 52.232-18 Availability of Funds
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.246-4 Inspection of Services - Fixed Price
FAR 52.217-5 Evaluation of Option
FAR 52.217-8 Option to Extend Services
FAR 52.217-9 Option to extend the Term of the Contract
The following DFARS clauses and provisions cited are applicable to this solicitation:
DFARS 252.201-7000 Contracting Officer's Representative
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials
DFARS 252.204-7003 Control of Government Work Product
DFARS 252.204-7004 Alt A System for Award Management
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders
DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law
DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
DFARS 252.225-7012 Preference for Certain Domestic Commodities
DFARS 252.225-7048 Export Controlled Items
DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
DFARS 252.232-7003 Electronic Submission of Payments
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7007 Limitation of Government's Obligation
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.237-7023 Continuation of Essential Contractor Services
DFARS 252.243-7002 Requests for Equitable Adjustment
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea
The following AFFARS clause cited is applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances