Utah Bids > Bid Detail

621 CRG - Portable Showers

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159703489363135
Posted Date: Jan 30, 2024
Due Date: Feb 19, 2024
Source: https://sam.gov/opp/f08eb298b5...
Follow
621 CRG - Portable Showers
Active
Contract Opportunity
Notice ID
FA456724Q1000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR MOBILITY COMMAND
Office
FA4567 621 CRW CONS
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2024 11:46 am EST
  • Original Date Offers Due: Feb 19, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 05, 2024
  • 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:
    Dugway , UT 84022
    USA
Description

This is a 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.



The solicitation FA4567-24-Q-1000 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is for full and open competition. The anticipated award will be a firm-fixed-price contract, and the award will be made based on the lowest priced, technically acceptable offer received. The sum of all priced items and the quantities stated in this solicitation will be considered as a total price.



The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2023-06, 04 December 2023. Provisions and clauses may be obtained via internet at https://www.acquisition.gov/. The North American Industry Classification System (NAICS) code is 562991. The small business size standard for NAICS 562991 is $9M.



REQUIREMENT:



Line #



Service Description



Quantity



Unit of Issue



Unit Price



Extended Price



0001



Portable Shower Units



The contractor shall provide portable shower facilities or structures, herein identified as shower units. The contractor shall provide service and maintenance on the shower units, as required. The contractor shall provide supervision of shower placement and/or replacement and removal. The contractor shall set up, install, maintain, take down, and transport all shower material and peripherals to and from the site upon completion. The contractor shall provide shower structures, shaving areas (sinks). The contractor shall provide any auxiliary power sources, if required, for full shower unit operation. These facilities shall accommodate up to 140 personnel. The Contractor shall provide separate male and female shower units. There shall be no co-ed or shared gender facilities. The contractor shall deliver and fill each shower facility with potable water. The contractor shall supervise and conduct the removal of gray water or wastewater and shower units. The contractor shall remain after the end of the contract period to manage the disassembly, closing out of the contract, and removal of equipment. The Government will coordinate availability of exterior water faucets for shower operation.





0001



LOT







0002



Portable Shower Units



The contractor shall provide portable shower facilities or structures, herein identified as shower units. The contractor shall provide service and maintenance on the shower units, as required. The contractor shall provide supervision of shower placement and/or replacement and removal. The contractor shall set up, install, maintain, take down, and transport all shower material and peripherals to and from the site upon completion. The contractor shall provide shower structures, shaving areas (sinks). The contractor shall provide any auxiliary power sources, if required, for full shower unit operation. These facilities shall accommodate up to 30 personnel. The Contractor shall provide separate male and female shower units. There shall be no co-ed or shared gender facilities. The contractor shall deliver and fill each shower facility with potable water. The contractor shall supervise and conduct the removal of gray water or wastewater and shower units. The contractor shall remain after the end of the contract period to manage the disassembly, closing out of the contract, and removal of equipment. The Government will coordinate availability of exterior water faucets for shower operation.





0001



LOT









PERIOD of PERFORMANCE:





Line Item #



Period of Performance



Location



0001



04 March 2024 – 17 March 2024





Michael Army Airfield, Utah



4146 B St, Dugway, UT 84022



0002



11 March 2024 – 17 March 2024



Pinyon Canyon Airfield, Colorado



Model, CO 81059





DELIVERY:



Free on Board (FOB) Destination.





The Contractor shall coordinate with the Designated Government Representative to assure all delivery confirmations prior to arrival. At time of delivery, the Contractor shall complete a joint pre-inspection with the Designated Government Representative verifying that items delivered are in the correct location and are operational in accordance with the contract requirements. Contractor must be present until these joint inspections are complete.





The Contractor shall complete a joint post-inspection with the Designated Government Representative verifying that items have been returned in as- delivered condition with only normal wear and tear. The Government will not be responsible for returning the equipment with full fuel tanks or paying to refuel the vehicles at the end of the POP





DESIGNATED GOVERNMENT REPRESENTATIVE:



Name: Micheal Pearson



Email: pearsonmk5445@gmail.com



Phone: (575) 446-2950



PROVISIONS/CLAUSES:



*Signifies a Solicitation Provision.



FAR 52.212-1, Instruction to Offerors Commercial Items (Nov 2021) Addendum:



This document and any applicable attachments must be returned to the following Government Points of Contact by email:





Contracting Officer:



Micheal Pearson, TSgt, USAF



Telephone: (575)-446-2950



Email: micheal.pearson@us.af.mil/ pearsonmk5445@gmail.com





&





William Washington, TSgt, USAF



Telephone: (719)-761-0299



Email: william.washington.1@us.af.mil washington.william@gmail.com








  1. All quotes must be marked with RFQ number and title as well as the following information;

  2. Quotes submitted shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Expiration of Quotation; Name; Address; Telephone number of offeror; Terms of available warranties; Price, including delivery cost included unless specified otherwise; Payment terms, Any discount terms, volume discounts; CAGE code, DUNS number, and acknowledgement of all solicitation amendments;

  3. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration;

  4. Delivery cost must be included in the total price unless stated otherwise in the CLIN structure;

  5. All price quotations must be firm and state any expiration dates if applicable;

  6. RFQ submission must be in accordance with the solicitation;

  7. Offerors must be registered in the System for Award Management (SAM.gov) to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration); CAGE Code/ DUNS information can be found by contacting the Small Business Administration at www.sba.gov or System for Award Management at www.sam.gov.

  8. Delivery time from receipt of our purchase order to receipt of your shipment must be provided; this time frame will be a condition of any purchase order made;

  9. Warranty information must be provided;

  10. Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.

  11. If possible please state that the quotation will expire November 30 2023.



Response Time: Request for Quotation will be accepted at the 621st Contingency Response Support Squadron by email to the point of contact listed above not later than 1200 (12:00 p.m.) EST, 19 February 2024.



Questions: Address all questions in writing to micheal.pearson@us.af.mil by 1200 (12:00 p.m.) EST, 12 February 2024.



FAR 52.212-2 -- Evaluation -- Commercial Items (Nov 2021)





The government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the, price and other factors considered. The following factors shall be used to evaluate offers: lowest price, technically acceptable.



FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)*



This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/



FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)*



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/.











The following FAR provisions and clauses are applicable to this solicitation:





FAR 52.204-7 – System for Award Management (Oct 2018)*



FAR 52.204-13 – System for Award Management Maintenance (Oct 2018)



FAR 52.204-16 – Commercial and Government Entity Code Reporting (Aug 2020)*



FAR 52.204-17 – Ownership or Control of Offeror (Aug 2020)



FAR 52.204-18 – Commercial and Government Entity Code Maintenance (Aug 2020)



FAR 52.204-19 – Incorporation by Reference of Representations and Certifications (Dec 2014)



FAR 52.204-20 – Predecessor of Offeror (Aug 2020)*



FAR 52.204-22 – Alternative Line Item Proposal (Jan 2017)



FAR 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015)



FAR 52.209-11 – Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)



FAR 52.211-6 – Brand Name or Equal (Aug 1999)*



FAR 52.212-1 – Instructions to Offerors – Commercial Items (Nov 2021)*



FAR 52.212-2 – Evaluation of Offerors – Commercial Items (Nov 2021)



FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items (Nov 2021)*



FAR 52.212-4 – Contract Terms and Conditions – Commercial Items (Nov 2021)



FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items (Jan 2022)



FAR 52.222-3 – Convict Labor (June 2003)



FAR 52.222-50 – Combating Trafficking in Persons (Nov 2021)



FAR 52.219-28 – Post-Award Small Business Program Representation (Sept 2021)



FAR 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



FAR 52.223-22 – Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation (Dec 2016)



FAR 52.225-13 – Restrictions on Certain Foreign Purchases (Feb 2021)



FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Jun 2020)



FAR 52.232-39 – Unenforceability of Unauthorized Obligations (Jun 2013)



FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)



FAR 52.233-1 – Disputes (May 2014)



FAR 52.233-3 – Protest After Award (Aug 1996)



FAR 52.233-4 – Applicable Law for Breach of Contract Claim (Oct 2004)



FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)(Apr 1984)







The following DFARS provisions and clauses are applicable to this solicitation:





DFARS 252.203-7000 – Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights (Sep 2013)



DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials (Nov 2011)*



DFARS 252.204-7003 – Control Of Government Personnel Work Product (Apr 1992)



DFARS 252.225-7002 – Qualifying Country Sources as Subcontractors (Mar 2022)



DFARS 252.225-7048 – Export-Controlled Items (Jun 2013)



DFARS 252.232-7003 – Electronic Submission of Payment Request and Receiving Reports (Dec 2018)



DFARS 252.232.7010 – Levies on Contract Payments (Dec 2006)



DFARS 252.244-7000 – Subcontracts for Commercial Items (Jan 2021)





FAR 52.204-23-Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)



Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.



As prescribed in 4.2004 , insert the following clause:





(a) Definitions. As used in this clause—





Covered article means any hardware, software, or service that–





(1) Is developed or provided by a covered entity;





(2) Includes any hardware, software, or service developed or provided in whole or in part by a covered entity; or





(3) Contains components using any hardware or software developed in whole or in part by a covered entity.





Covered entity means–





(1) Kaspersky Lab;





(2) Any successor entity to Kaspersky Lab;





(3) Any entity that controls, is controlled by, or is under common control with Kaspersky Lab; or





(4) Any entity of which Kaspersky Lab has a majority ownership.





(b) Prohibition. Section 1634 of Division A of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits Government use of any covered article. The Contractor is prohibited from—





(1) Providing any covered article that the Government will use on or after October 1, 2018; and





(2) Using any covered article on or after October 1, 2018, in the development of data or deliverables first produced in the performance of the contract.





(c) Reporting requirement.





(1) In the event the Contractor identifies a covered article provided to the Government during contract performance, or the Contractor is notified of such by a subcontractor at any tier or any other source, the Contractor shall report, in writing, to the Contracting Officer or, in the case of the Department of Defense, to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.





(2) The Contractor shall report the following information pursuant to paragraph (c)(1) of this clause:





(i) Within 1 business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; brand; model number (Original Equipment Manufacturer (OEM) number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.





(ii) Within 10 business days of submitting the report pursuant to paragraph (c)(1) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of a covered article, any reasons that led to the use or submission of the covered article, and any additional efforts that will be incorporated to prevent future use or submission of covered articles.





(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts including subcontracts for the acquisition of commercial products or commercial services.





(End of clause)



52.232-36 Payment by Third Party (May 2014)



a) General.



(1) Except as provided in paragraph (a)(2) of this clause, the Contractor agrees to accept payments due under this contract, through payment by a third party in lieu of payment directly from the Government, in accordance with the terms of this clause. The third party and, if applicable, the particular Governmentwide commercial purchase card to be used are identified elsewhere in this contract.



(2) The Governmentwide commercial purchase card is not authorized as a method of payment during any period the System for Award Management (SAM) indicates that the Contractor has delinquent debt that is subject to collection under the Treasury Offset Program (TOP). Information on TOP is available at http://fms.treas.gov/debt/index.html. If the SAM subsequently indicates that the Contractor no longer has delinquent debt, the Contractor may request the Contracting Officer to authorize payment by Governmentwide commercial purchase card.



(b) Contractor payment request.



(1) Except as provided in paragraph (b)(2) of this clause, the Contractor shall make payment requests through a charge to the Government account with the third party, at the time and for the amount due in accordance with those clauses of this contract that authorize the Contractor to submit invoices, contract financing requests, other payment requests, or as provided in other clauses providing for payment to the Contractor.



(2) When the Contracting Officer has notified the Contractor that the Governmentwide commercial purchase card is no longer an authorized method of payment, the Contractor shall make such payment requests in accordance with instructions provided by the Contracting Officer during the period when the purchase card is not authorized.



(c) Payment. The Contractor and the third party shall agree that payments due under this contract shall be made upon submittal of payment requests to the third party in accordance with the terms and conditions of an agreement between the Contractor, the Contractor’s financial agent (if any), and the third party and its agents (if any). No payment shall be due the Contractor until such agreement is made. Payments made or due by the third party under this clause are not payments made by the Government and are not subject to the Prompt Payment Act or any implementation thereof in this contract.



(d) Documentation. Documentation of each charge against the Government’s account shall be provided to the Contracting Officer upon request.



(e) Assignment of claims. Notwithstanding any other provision of this contract, if any payment is made under this clause, then no payment under this contract shall be assigned under the provisions of the assignment of claims terms of this contract or the Assignment of Claims Act of1940 (31 U.S.C.3727, 41 U.S.C.6305).



(f) Other payment terms. The other payment terms of this contract shall govern the content and submission of payment requests. If any clause requires information or documents in or with the payment request, that is not provided in the third party agreement referenced in paragraph (c) of this clause, the Contractor shall obtain instructions from the Contracting Officer before submitting such a payment request.



(End of clause)







AFFARS 5352.201-9101 Ombudsman (JUL 2023)



As prescribed in 5301.9103, insert the following clause:





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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. 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



As prescribed in DAFFARS 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts:



CONTRACTOR ACCESS TO 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 Department of 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 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 DAFI 31-101 , Integrated Defense, and DODMAN5200.02_AFMAN 16-1405 , Air Force Personnel Security Program.





(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)




Attachments/Links
Contact Information
Contracting Office Address
  • CP 707 816 3062 109 RAGSDALE ST BLDG 924
  • TRAVIS AFB , CA 94535-2451
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 30, 2024 11:46 am ESTCombined Synopsis/Solicitation (Original)

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 >