Search Contract Opportunities

Portable Restroom Trailers   2

ID: W91ZLK-20-R-0031 • Type: Synopsis Solicitation

Description

Posted: Sept. 22, 2020, 9:48 p.m. EDT

W91ZLK-20-R-0031

***Updated Questions and Answers 22 September 2020***

Portable Restroom Trailers

ABERDEEN PROVING GROUND, MD 21005

Combined Synopsis/Solicitation -

This combined synopsis/solicitation for commercial items 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017). The solicitation number for this Request for Quote (RFQ) is W91ZLK-20-R-0031.

This requirement is under the associated North American Industry Classification System (NAICS) Code 326191, Plastics Plumbing Fixture Manufacturing and the Small Business Size Standard under 750 employees. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.5. This procurement will be evaluated as lowest price technically acceptable, technical capability, and past performance for the procurement of the following services/materials.

The government contemplates award of a Firm-Fixed Price. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Test Program for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance work Statement (PWS) using the price schedule. This is a request for quotation (RFQ). See Performance Work Statement for contract requirement details.

Description of Requirement: This is a non-personal services contract. This contract is to provide three (3) portable restroom trailers to Aberdeen Test Center (ATC) located at Aberdeen Proving Ground, Maryland. This is an effort to provide sanitary restroom facilities to remote range locations that do not have access to running water. The restroom trailers must provide fresh water tanks so that sink and toilet facilities can be provided with fresh water. Trailers must have waste tanks capable of storing waste until the tanks can be emptied at reasonable intervals. The trailers must have heating and air conditioning sufficient to provide comfortable, sanitary facilities. The trailers will be constructed to OSHA standards and will be covered by specified warranties.

Please see the attached Performance work Statement (PWS) for further details.

Instructions for Offerors: Offerors shall submit proposals in accordance with the CLIN structure attachment . Please see the attached, Instructions to Offerors for further details on proposal requirements. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, and technically acceptable, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. Acceptance shall be at destination. Shipping shall be destination. Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens.

Factor 1 Technical Capability

Factor 2 Past Performance

Factor 3 Price

Please see attachment entitled Instruction to Offerors and CLIN Structure for further details.

Provide the Government detailed information on the following:

a. Point of contact name and contact information, CAGE code, DUNS number, and TIN

b. Contractor quotes must specifically address each CLIN listed in accordance with the PWS.

Partial quotes will not be evaluated by the Government.

INVOICING INSTRUCTIONS:

Invoices shall be submitted electronically through Wide Area Workflow (WAWF), in accordance with Clause 252.232-7006 and the WAWF instructions.

The following provisions and clauses will be incorporated by reference:

52.204-7 System for Award Management

52.204-9 Personal Identity Verification of Contractor Personnel

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013).

52.204-13 System for Award Management Maintenance

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation

52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013)

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.212-1 Instruction to Offerors Commercial Items

52.212-2, Evaluation Commercial Items

The contractor will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The

Government reserves the right to make an award without discussions.

52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.

52.212-4 Contract Terms and Conditions Commercial Items.

52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019).

  • 52.217-8 Option to Extend Services
  • 52.217-9 Option to Extend the Term of the Contract

52.219-1, Small Business Program Representation

52.219-6, Notice of Total Small Business Set-Aside

52.219-28, Post Award Small Business Program Re-representation (JUL 2013).

52.222-3, Convict Labor (June 2003).

52.222-21 Prohibition of Segregated Facilities

52.222-22 Previous Contracts and Compliance Reports

52.222-26 Equal Opportunity

52.222-36 Affirmative Action for Workers with Disabilities

52.222-42 Statement for Equivalent Rates for Federal Hires

52.222-50 Combating Trafficking in Persons

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

52.225-13 Restrictions on Certain Foreign Purchase

52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications

52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013).

52.232-39 Unenforceability of Unauthorized Payments

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-1 Disputes

52.233-3 Protest after Award

52.233-4 Applicable Law for Breach of Contract Claim

52.237-1 Site visit

52.237-2 Protection of Government Buildings, Equipment, & Vegetation

52.243-1 Alternate I Changes - Fixed Price

52.252-1 Solicitation Provisions Incorporated by reference

52.252-5 Authorized Deviations in provisions

The following additional DFAR clauses cited in the clause are applicable:

252.212-7000, Offeror Representations and Certifications Commercial Items

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007)

252.203-3 Gratuities

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7003 Agency Office of the Inspector General

252.211-7003 Item Identification and Valuation

252.225-7001 Buy America and Balance of Payment Program

252.225-7008 Restriction on Acquisition of Specialty Metals

252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals

252.225-7012 Preference for Certain Domestic Commodities

252.225-7015 Restriction on Acquisition of Hand or Measuring Tools

252.225-7016 Restriction on Acquisition of Ball and Roller Bearings

252.225-7021 Trade Agreements

252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program

252.227-7015 Technical Data-Commercial Items

252.227-7037 Validation of Restrictive Markings on Technical Data if applicable

252.225-7038 Restriction on Acquisition of Air Circuit Breakers

252.232-7003 Electronic Submission of Payment Requests

252-247-7023 Transportation of Supplies by Sea

252-247-7024 Notification of Transportation of Supplies by Sea

EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE

TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.

The full text of FAR and DFAR references may be accessed electronically at this address: https://www.acquisition.gov/content/regulations.

AMC-LEVEL PROTEST (NOV 2008)

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the

GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel 4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Phone: (256) 450-8165

Fax: (256) 450-8840

E-mail: amcprotests@conus.army.mil

The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.

SUBMISSION PROCEDURES:

ALL QUESTIONS MUST BE SUBMITTED no later than 12:01P.M. EST, 23 September 2020. Please submit questions to Mr. Gregory Jamison, via email at Gregory.j.jamison.civ@mail.mil and Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil.

ALL Firm Fixed Price (FFP) Proposals must be signed, dated, and received by 12:01 P.M. EST, 25 September 2020. via email Gregory Jamison, at the following email: Gregory.j.jamison.civ@mail.mil and Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil.

All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov.

Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.

For questions concerning this solicitation contact Mr. Gregory J Jamison via email at Gregory.j.jamison.civ@mail.mil and Mr. Rob Rogers, via email at Robert.j.rogers41.civ@mail.mil.

NO TELEPHONE REQUESTS WILL BE HONORED.

Posted: Sept. 21, 2020, 11:37 a.m. EDT

Overview

Response Deadline
Sept. 25, 2020, 12:01 p.m. EDT Past Due
Posted
Sept. 21, 2020, 11:37 a.m. EDT (updated: Sept. 22, 2020, 9:48 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 4 days, below average for the ACC Aberdeen Proving Ground.
On 9/21/20 ACC Aberdeen Proving Ground issued Synopsis Solicitation W91ZLK-20-R-0031 for Portable Restroom Trailers due 9/25/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 326191 (SBA Size Standard 750 Employees) and PSC AD26.
Primary Contact
Name
Jamison, Gregory   Profile
Phone
(443) 861-4742

Secondary Contact

Name
Robert J. Rogers   Profile
Phone
(443) 861-4749

Documents

Posted documents for Synopsis Solicitation W91ZLK-20-R-0031

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W91ZLK-20-R-0031

Award Notifications

Agency published notification of awards for Synopsis Solicitation W91ZLK-20-R-0031

Contract Awards

Prime contracts awarded through Synopsis Solicitation W91ZLK-20-R-0031

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91ZLK-20-R-0031

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91ZLK-20-R-0031

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
Oct. 10, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 10, 2020