This is a combined synopsis/solicitation notice for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Quotations are being requested for solicitation W9124R20Q0024.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, Effective 05 June 2020 and Defense Federal Regulation Supplement (DFARS), current to DPN 20202403 (Effective 24 March 2020) Edition.
Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration as required by FAR provisions 52.212-1 Instruction to Offerors- Commercial Items. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/content/regulations
This requirement is being solicited as a Small Business Set-aside. The applicable North American Industry Classification System (NAICS) Code is 562991 Septic Tank and Related Services with a business size standard of $8.0M. The applicable Service Code (PSC) is S222, “House Keeping -Waste Treatment and Storage.
As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final out-year period price to the offeror's total price. Offerors are required only to price the base period to include all out-year Contract Line Item Numbers (CLINs). Offerors shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or out-year CLINs), utilizing the rates of that performance period.
The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for a requirement to provide latrines services that support the YPG community in the most efficient and cost effective manner possible. The period of performance for this acquisition shall be for one 60-month ordering period. This will be a Firm-Fixed Price, Indefinite Delivery - Indefinite Quantity (IDIQ) contract. The government's obligation to purchase is limited to the minimum guarantee of $22,000.00. Total quantities ordered during the ordering period may be more or less than the estimated quantity for the individual services listed. However, the total quantities ordered will not exceed the total estimated ceiling for each ordering period. It is anticipated that payment will be made by invoicing through the Wide Area Workflow (WAWF) link on the Procurement Integrated Enterprise Environment (PIEE) Website.
Offerors must provide the following:
Attachments:
Attachment 1 – Performance Work Statement
Attachment 2 – Bid Schedule
Attachment 3 – SF 1449
Technical Exhibits:
Technical Exhibit 1 – Performance Requirements Summary
Technical Exhibit 2 – Deliverables
Technical Exhibit 3 – Estimated Workload Data
Technical Exhibit 4 – Schedule A Permanent Locations
Technical Exhibit 5 – Schedule B Pumping Services, Monthly Servicing
Technical Exhibit 6 – Schedule C Pumping Services, As Requested
Technical Exhibit 7 – Delivery Order
Technical Exhibit 8 – Debris Collector SOP
Technical Exhibit 9 – Wage Determination