This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-07,released on August 29, 2024. This solicitation number W91ZRS25S0012 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Portable Toilets and Wash Stations. This request is due by 28 March 2025 at 12:00 p.m. (Eastern Time). This solicitation is 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 562998 –All Other Miscellaneous Waste Management. The small business standard size for NAICS 562998 is $17 annual receipts per year.
Instructions to Offerors
1. All questions shall be in writing. Questions may be faxed to Jorge Medina at 860-386-
4070 or emailed at jorge.medina21.civ@army.mil. Questions must be submitted No Later
Than 25 March 2025.
Please see attached Statement of Work (SOW).
2. All quotes are due no later than 12:00 p.m. eastern time, 28 Marc 2025. Quotes may be
faxed to Leslie Fedler at 860-386-4070 or emailed to jorge.medina21.civ@army.mil.
1. It is your responsibility to make sure your quote is received. The fact that the
contracting office did not receive your quote due to an error on the fax machine or
email address does not change the due date or time.
Basis for Award
Award shall be made to a single offeror. 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 Government has the right to use Government contracts that the vender
has previously won as their past performance rating.
Price Evaluation
The price should be fair and reasonable. The contractor should as part of the quote
have all costs explain in their quote. Proposals will be evaluated on a Best Value and
proposals. A quote which does not have the price break down and that does not
includes all costs the Government shall consider the quote non-responsive.
The determination that a quote is reasonable will be based on competitive
quotation/offers and historical history.
The most important is price.
The Contracting Officer will evaluate products on the basis of information furnished by
the offeror or identified in the offer and reasonably available to the Contracting Officer.
The Contracting Officer is not responsible for locating or obtaining any information not
identified in the offer. The Government is not responsible for developing the comparison
from insufficient information provided.
Sam’s Registration: Offeror must be registered in the System for Award Management
(SAM) database before an award can be made to them. If the offeror is not registered in
the SAM, they may do so through the SAM website at http://www.sam.gov.
Payment shall be paid thru the wide area workflow program. All payments are net 30
days. All Offerors must accept this as payment. The wide area workflow website is
https://wawf.eb.mil/.
Offers must include a completed copy of FAR 52.212-3, Offeror Representations and
Certifications Commercial Items (OCT 2010) with its offer.
Offers must include a completed copy of FAR 52.204-24, Representation Regarding
Certain Telecommunications and Video Surveillance Services or Equipment (AUG
2020) with its offer.
Please see attached Statement of Work (SOW).
1. Objective. The objective of this statement of work is to obtain the appropriate number
of Portable Toilets, Grey Water Tanks, Hand Washing stations, and Service to facilitate
250 Soldiers during AT25 at Fort Drum New York.
2. Qualification requirements.
a. Equipment provided and services conducted must be professional and
environmentally responsible.
b. All work must be performed under sanitary conditions.
c. The contract facility must be open for inspection of conditions at any time by a
representative of the CTARNG, and the CTARNG reserves the right to perform or cause
to have performed any test necessary to determine the sanitary condition of the articles
delivered by the contractor.
d. The contractor must provide his own vehicle(s) and they must be maintained in safe
operating condition at all times. The contractor must follow all FT Drum security policies
when operating on post.
e. Contractor personnel must adhere to standards of conduct as established by the
installation commander.
f. At no time will contractor personnel purchase any items from the local economy for
any CTARNG personnel.
g. Contractor must adhere to all current installation security policies.
h. The contractor must be responsible for safeguarding all government property (e.g.
Uniforms) provided for contracted purposes. At the close of each work period,
government facilities, property and materials must be secured.
i. The CTARNG must not provide any equipment, fuel, personnel, utilities or facilities to
the contractor for the execution of this contract.
j. SATISFACTION GUARANTEE: In the event that CTARNG is not satisfied with the
cleanliness of the facilities or the service provided, the contractor must provide the
same service(s) again at no charge.
The following provisions are included in this acquisition: FAR 52.204-16,
Commercial and Government Entity Code Reporting; FAR 52.204-24, Representation
Regarding Certain Telecommunications and Video Surveillance Services or Equipment
(AUG 2020); FAR 52.204-26, Covered Telecommunications Equipment or Services-
Representation; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to
Offerors-Commercial Items; FAR 52.212-2, Evaluation—Commercial Items; FAR
52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5,
Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service
Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of
Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the
Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR
52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation
of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with
Entities that require Certain Internal Confidentiality Agreements---Representation
(DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense
Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense
Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV),
Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a
Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations
(DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program
Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-
7035, Buy American---Free Trade Agreements---Balance of Payments Program
Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---
Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV,
Buy American---Free Trade Agreements---Balance of Payments Program Certificate
(Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite
Services From Certain Foreign Entities---Representations : 252.239-7098, Prohibition
on Contracting to Maintain or Establish a Computer Network Unless Such Network is
Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-
O0003) (APRIL 2021),The following clauses apply to this acquisition: FAR 52.204-
10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR
52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25,
Prohibition on Contracting for Certain Telecommunications and Video Surveillance
Services or Equipment; FAR 52.209-10, Prohibition on Contracting with Inverted
Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions—Commercial
Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or
Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders--- Commercial
Items (Deviation 2013-O0019) (APR 2015) Alternate II (APR 2015); FAR 52.219-6,
Notice of Small Business Set – Aside; FAR 52.219.28, Post Award Small Business
Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--
-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated
Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for
Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage
determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR
52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50,
Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to
Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While
Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18,
Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration;
FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40,
Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3,
Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR
52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-
2; DFARS 252.201-7000, Contracting Officer’s Representative; DFARS; 252.203-
7000, Requirements Relating to Compensation of Former DoD Officials; DFARS
252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS
252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations
on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011,
Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified
Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to
Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and
Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and
Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium;
DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS
252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of
Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow
Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel;
DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT
III , Transportation of Supplies by Sea; Provisions and Clauses for this
synopsis/solicitation can be found at https://www.acquisition.gov.
(End of clause)