Missouri Bids > Bid Detail

Whiteman AFB Portable Toilets

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159148615213721
Posted Date: Nov 22, 2023
Due Date: Nov 30, 2023
Source: https://sam.gov/opp/c87501cfdd...
Follow
Whiteman AFB Portable Toilets
Active
Contract Opportunity
Notice ID
FA462524Q1012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4625 509 CONS CC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 22, 2023 09:08 am CST
  • Original Published Date: Oct 31, 2023 03:04 pm CDT
  • Updated Date Offers Due: Nov 30, 2023 10:00 am CST
  • Original Date Offers Due: Nov 15, 2023 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 15, 2023
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W085 - LEASE OR RENTAL OF EQUIPMENT- TOILETRIES
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Whiteman Air Force Base , MO 65305
    USA
Description View Changes

Amendment 2, 22 Nov 23



Add Questions and Answers Document.



Amendment 1, 14 Nov 23, tsc



See updated Combo dated 14 Nov 2023 (Attach_5) for updated price schedule and RFQ due date.



END Amendment 1



____________



Combined Synopsis/Solicitation

This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.

The Request for Quotation (RFQ) number FA462524Q1012 shall be used to reference any written quote

provided under this RFQ.

The RFQ document and incorporated provisions and clauses are those in effect through Federal

Acquisition Circular 2023-05; Effective 9/22/2023.

_____________

FA462524Q1012 is a total small business set aside.

The North American Industry Classification System (NAICS) code for this project is 562991, Septic

Tank and Related Services, with a size standard of $9.0M.

The purpose of this combined synopsis and solicitations for the purchase and delivery of Portable Toilet

services in accordance with the attached Performance Work Statement (PWS) dated 12 Oct 2023. The

bid schedule and contract CLIN schedule are below:

Base Year

CLIN Line Item Unit Quantity Cost

($)/unit

Cost

0001 Routine EACH 4

0002 Emergency EACH 20

Total

Option Year 1

CLIN Line Item Unit Quantity Cost

($)/unit

Cost

1001 Routine EACH 4

1002 Emergency EACH 20

Total

Option Year 2

CLIN Line Item Unit Quantity Cost

($)/unit

Cost

2001 Routine EACH 4

2002 Emergency EACH 20

Total

Option Year 3

CLIN Line Item Unit Quantity Cost

($)/unit

Cost

3001 Routine EACH 4

3002 Emergency EACH 20

Total

Option Year 4

CLIN Line Item Unit Quantity Cost

($)/unit

Cost

4001 Routine EACH 4

4002 Emergency EACH 20

Total

Total (Base plus

all Options)

*****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be

made under this RFQ until funds are available. The Government reserves the right to cancel this RFQ,

either before or after the closing date. In the event the Government cancels this RFQ, the Government

has no obligation to reimburse a vendor for any costs. *****

*FAR Provision 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021) applies to this

acquisition and the following addendum applies:

The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”, “vendor”,

and “quote”.

“The NAICS code and small business size standard for this acquisition appear above.”

“The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for

receipt of quotes, unless another time period is specified in an addendum to the quote.”

RFQ due date: 15 November 2023____________________

RFQ due time: 10:00 A.M. CST

Email to 509CONS.PKA.Services@us.af.mil and cc brevin.morris@us.af.mil

THIS MUST BE SENT TO 509CONS.PKA.Services@us.af.mil AS STATED BELOW, OR THE

ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED

NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.

Note: .zip files are not an acceptable format for the Air Force Network and will not go through our

email system.

All questions regarding this RFQ must be email to 509CONS.PKA.Services@us.af.mil and cc

brevin.morris@us.af.mil by 7 November 2023 10:00 A.M. CST

Please provide the following information with your quote:

Company Name: ____________

UEI Number: ______________

Cage Code: _______________

All companies must be registered in the System for Award Management at

https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide

contract financing for this acquisition. Invoice instruction shall be provided at time of award.

FAR Provision *52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021),

applies to this acquisition and the following evaluation is applicable:



(a) The Government will award a contract resulting from this solicitation to the responsible vendor

whose quotation conforming to the solicitation will be most advantageous to the Government, price and

other factors considered. The following factors shall be used to evaluate quotes:

(1) Evaluation for this acquisition will be based on best value considering past performance and

price. Award will be made to the lowest priced Offeror meeting the requirements of the

Performance Work Statement (PWS) with acceptable past performance. For past performance,

Offerors shall submit three references of portable toilet and collection tank or similar service

within the last five years. A Past Performance Questionnaire (Attachment 4) is attached. Please

provide at least 3 questionnaires from people who are familiar with work similar in scope to the

current PWS who can be called to vouch for your performance.

(b) Options. The Government will evaluate quotes for award purposes by adding the total price for all

options to the total price for the basic requirement. The Government may determine that a quote is

unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate

the Government to exercise the option(s).

(c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful

vendor within the time for acceptance specified in the quote, shall result in a binding contract without

further action by either party. Before the quote’s specified expiration time, the Government may accept

a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice

of withdrawal is received before award.

(End of Provision)

Discussions: The government intends to award a purchase order without discussions with respective

vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its

best interest.

Include descriptive literature such as illustrations and drawings.

FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Products and

Commercial Services. (Dec 2022), with its Alternate I (Dec 2022), applies to this acquisition. All

vendors must be registered in System for Award Management at

https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal.

FAR clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial

Services. (Dec 2022), applies to this acquisition with the following Addendum: Paragraph (c) of this

clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by

written agreement of the parties with the exception of administrative changes, such as changes in the

paying office, appropriations data, etc., which may be changed unilaterally by the Government.

Note: The vendor acknowledges that should the quote terms and conditions and/or agreement

conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other

Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and

Federal law govern and conflicting vendor terms and conditions and/or agreement are

unenforceable and are not considered incorporated into any resultant contract.

FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive

Orders—Commercial Products and Commercial Services. (Dec 2022), additionally, the following FAR

clauses cited in 52.212-5 are applicable:

The following DAFFARS clauses are applicable to this solicitation:

5352.201-9101, Ombudsman (JUL 2023):

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors,

potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict

confidentiality as to the source of the concern. The existence of the ombudsman does not affect the

authority of the program manager, contracting officer, or source selection official. Further, the

ombudsman does not participate in the evaluation of proposals, the source selection process, or the

adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to

another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues,

disagreements, and/or recommendations to the contracting officer for resolution. Consulting an

ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid

protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB

Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the

ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of

Contracts, Air Force Installation Contracting Center, Operating Location - Global Strike (AFICC/KG

OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns,

issues, disagreements, and recommendations that cannot be resolved at the

Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further

consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)

(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571)

256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify

technical requirements. Such inquiries shall be directed to the contracting officer.

(End of clause)

5352.242-9000, Contractor Access to Department of the Air Force Installations (JUL 2023):

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor

personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the

contract. Contractor personnel are required to wear or prominently display installation identification

badges or contractor-furnished, contractor identification badges while visiting or performing work on

the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting officer listing

the following: contract number, location of work site, start and stop dates, and names of employees and

subcontractor employees needing access to the base. The letter will also specify the individual(s)

authorized to sign for a request for base identification credentials or vehicle passes. The contracting

officer will endorse the request and forward it to the issuing base pass and registration office or Security

Forces for processing. When reporting to the registration office, the authorized contractor individual(s)

should provide a valid driver s license, current vehicle registration, valid vehicle insurance certificate,

and to obtain a vehicle pass.

(c) During performance of the contract, the contractor shall be responsible for obtaining required

identification for newly assigned personnel and for prompt return of credentials and vehicle passes for

any employee who no longer requires access to the work site.

(d) When work under this contract requires unescorted entry to controlled or restricted areas, the

contractor shall comply with citing the appropriate paragraphs as applicable.

(e) Upon completion or termination of the contract or expiration of the identification passes, the prime

contractor shall ensure that all base identification passes issued to employees and subcontractor

employees are returned to the issuing office.

(f) Failure to comply with these requirements may result in withholding of final payment.

(End of clause)

5352.223-9001, Health and Safety on Government Installations (JUL 2023):

(a) In performing work under this contract on a Government installation, the contractor shall:

(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and

safety of contractor and Government personnel performing or in any way coming in contact with the

performance of this contract; and

(2) Take such additional immediate precautions as the contracting officer may reasonably require

for health and safety purposes.

(b) The contracting officer may, by written order, direct Department of the Air Force Occupational

Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the

performance of this contract and any adjustments resulting from such direction will be in accordance

with the Changes clause of this contract.

(c) Any violation of these health and safety rules and requirements, unless promptly corrected as

directed by the contracting officer, shall be grounds for termination of this contract in accordance with

the Default clause of this contract.

(End of clause)

52.217-8 Option to Extend Services. (Nov 1999)

In addition, the government may further extend the performance period for up to six months.

The Government may require continued performance of any services within the limits and at the rates specified in

the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the

Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance

hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the

Contractor within 60 days.

(End of clause)

52.217-9 Option to Extend the Term of the Contract. (Mar 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 60

days, provided that the Government gives the Contractor a preliminary written notice of its intent

to extend at least 30 days before the contract expires. The preliminary notice does not

commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this

option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not

exceed 5 years.



(End of clause)

The full text of these clauses and (*) provisions may be assessed electronically at the website: FAR |

Acquisition.GOV NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT

SHALL REMAIN PART OF THE CONTRACT FILE.

Attachments: 4

Attachment 1 – Performance Work Statement dated 12 October 2023

Attachment 2 – Provisions and Clauses

Attachment 3 – Wage Determination 2015-5089 dated 12 July 2023

Attachment 4 – Past Performance Questionnaire




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 660-687-5417 660 TENTH STREET STE 222 BLDG 709
  • WHITEMAN AFB , MO 65305-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >