THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET ASIDE
THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS
This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR
Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Products and
Commercial Services and 13.5 - Simplified Procedures for Certain Commercial Products and Commercial
Services, as supplemented with additional information included in this notice. This announcement
constitues the only solicitation; proposals are being requested and a written solicitation will not be issued.
1. The purpose of this solicitation is for the procurement Catch Basin Services in support of the Directorate of
Public Works (DPW), United States Army Garrison (USAG) Fort Devens, MA 01434-4429. The contractor
shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other services
necessary to provide catch basin services on the main cantonment and 3400 area on Fort Devens,
Massachusetts. All work shall be performed in accordance with (IAW) the Performance Work Statement
(PWS).
2. The North American Industry Classification System (NAICS) Code that applies to the principal nature of
the acquisition is 562991 – Septic Tank and Related Services with a corresponding size standard of
$9,000,000.00.
3. The Government intends to enter into a Firm Fixed Price (FFP) contract, 100% Total Small Business Set
Aside contract. The estimated Period of Performance (PoP) for this effort shall be a 6-month base period
and four (4) 12-month option periods with a estimated start date of 24 September 2024.
4. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to
receive Department of Defense contract awards. If you need to register in SAM, please visit
https://www.SAM.gov.
5. See Federal Acquisition Regulation (FAR) Clause 523212-1 “Instructions to Offerors—Commericial
Items” and FAR 52.212-1, Addendum for additional information.
6. See FAR clause 52.212-2 “Evaluation—Commercial Items” and FAR 52.212-2 Addemdum for additional
information and for evaluation criteria.
7. A site visit is not mandatory but is highly encouraged and is available upon request. All requests shall be
submitted via e-mail to the Contract Specailist, Mitchell Douglas at Mitchell.E.Douglas.civ@army.mil, the
Contracting Officer; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil, and the Contracting Officer
Represntative; Zygmunt Osiecki at Zygmunt.V.Osiecki.civ@army.mil no later than 10:00AM EST on
MONDAY, 19 AUGUST 2024 for a tentative Site Visit to be scheduled.
8. All questions regarding this solicitation shall be issued via email no later than 2:00PM EST on 22
AUGUST 2024 to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Contracting Officer
at jasmyne.c.peterson.civ@army.mil.
9. COMPLETING A QUOTE FOR SUBMITTAL:
a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email
to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Contracting Officer
jasmyne.c.peterson.civ@army.mil.
b. The Offeror shall provide the name, title, address, email address and telephone number of the
company/division point of contact regarding business decisions made with respect to the proposal
and who can contractually obligate the company.
c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) for the base
period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation .
The Government maintains a tax-exempt status. The proposed price shall include all personnel,
supplies, services, management, overhead, other direct costs, G&A, and profit to fulfill the
contractual requirements of the Performance Work Statement. The Government may request the
Offeror to provide other than certified cost or pricing data to assist in determining a fair and
reasonable price IAW FAR 15.403-3.
d. The Offerors shall submit a signed SF1449 (pg.1, Block 30a. Signature of Offeror/Contractor).
The Offeror is required tocomplete blocks 12, 17, 30a, 30b and 30c of the SF1449/ In doing so,
the Offeror accedes to the contract terms and conditions as written in the solicitation.
e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of
QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in
the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY.
If the Offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the
AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.
f. The Offeror shall provde proof of VALID Certificate of Insurance IAW FAR 52.228-5 “Insurance –Work on a Government Installation” and “Required Insurance”.
10. All services shall be performed IAW the Performance Work Statement (PWS).
11. All offers shall remain valid for 120 calendar days.
12. Attachment(s):
Attachment 0001 – Catch Basin Services_PWS
__________AMENDMENT 0001__________
The purpose of Amendment 0001 is to extend the response date of the sollicitation and provide industry submitted questions and answers.