Federal Bid

Last Updated on 12 May 2020 at 5 PM
Combined Synopsis/Solicitation
Nashville Tennessee

TULLAHOMA (TN) PORT A JOHNS-VTS TRAINING SITE

Solicitation ID W912L7-20-Q-0534
Posted Date 12 May 2020 at 5 PM
Archive Date 06 Jun 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n1 Uspfo Activity Tn Arng
Agency Department Of Defense
Location Nashville Tennessee United states 37204

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. The solicitation number is W912L7-20-Q-0534 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, effective 30 MAR 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 with a small business size standard of $8M. This requirement is Small Business set-aside.

This solicitation will close on 22 MAY 2020 @ 10:00am CST (11:00pm EST). FOB Destination shall be in the Place of Performance.

CLIN 0001: MAX 50 LATRINES (POP 01 JUNE 2020 – 31 MAY 2023) – No more than 10 per week and 40 per month - $_____

CLIN 0002 - Option 10 Latrines (if needed) - $____

 

The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary for the rental of the specified amount of latrines and dates that are outlined in the attachment (SOW).

If you have any questions, please contact Rhonda Lien @ via email [email protected]

Delivery

TULLAHOMA TRAINING SITE

1202 EAST CARROLL STRT

TULLAHOMA, TN 37388-0400

52.212-2 EVALUATION – COMMERCIAL ITEMS

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 following factors shall be used to evaluate offers:

  • Price, Delivery, Cleaning schedule
  • Technical Acceptable for the Government
     
    Technical and past performance, when combined, are significantly more important than price.
     
    (b) Options. N/A
     
    (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by   either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

  • 552.203-13, CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)
  • 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
  • 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
  • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
  • 52.204-16 Commercial and Government Entity Code Reporting.
  • 52.204-18 Commercial and Government Entity Code Maintenance.
  • 52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
  • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
  • 52.209-10 – Prohibition on Contracting With Inverted Domestic Corporations.
  • 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS
  • 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS
  • 52-212-5 (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016)
  • 52.216-19 ORDER LIMITATIONS
  • 52.217-5 EVALUATION OF OPTIONS
  • 52.217-8 OPTION TO EXTEND SERVICES
  • 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT
  • 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION
  • 52.222-3 Convict Labor.
  • 52.222-21 Prohibition of Segregated Facilities.
  • 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246)
  • 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212)
  • 52.222-36 Equal Opportunity for Workers with Disabilities
  • 52.222-41 Service Contract Labor Standards.
  • 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES
  • 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104)
  • 52.222-55 Minimum Wages Under Executive Order 13658.
  • 52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706
  • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
  • 52.225-13 Restrictions on Certain Foreign Purchases
  • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management
  • 52.233-3 Protest After Award.
  • 52.233-4 APPLICABLE LAW OF BREACH OF CONTRACT CLAIM
  • 52.239-1 PRIVACY OR SECURITY SAFEGUARDS
  • 52.252-2 Clauses Incorporated by Reference.
      • https://www.acquisition.gov/
  • 52.252-6 Authorized Deviations in Clauses.
  • 252.201-7000 Contracting Officer's Representative.
  • 252.203-7000 REQUIREMENTS RELATING OF COMPENSATION OF FORMER DoD OFFICIALS
  • 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
  • 252.203-7003 Agency Office of the Inspector General 
  • 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
  • 252.204-7009 LIMITATIONS ON THE USE OF DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION
  • 252.204-7011 Alternative Line Item Structure.
  • 252.204-7012 SAFEGUARDING COVERED DWEFENSE INFORMATION AND CYBER      INCIDENT REPORTING
  • 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
  • 252.222-7007 REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS
  • 252-225-7012 PREFERENCEE FOR CERTAIN DOMESTIC COMMODITIES
  • 252.225-7031 Secondary Arab Boycott of Israel.
  • 252.225-7035 Buy American—Free Trade Agreements—Balance of Payments Program Certificate (Alternate I)
  • 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
  • 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INIAN-OWNED ECONOMIC ENTERPRISES, & NATIVE HAWAIIAN SMALL BUSINESS CONCERNS
  • 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) –
  • 252.232-7006 Wide Area WorkFlow Payment Instructions.
  • 252.232-7010 Levies on Contract Payments.
  • 252.237-7010 Prohibition on Interrogation of Detainees by Contractor.
  • 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) –
  •  252.232-7006 Wide Area WorkFlow Payment Instructions.
  •  252.232-7010 Levies on Contract Payments.
  • 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

Bid Protests Not Available

Similar Past Bids

Tullahoma Tennessee 25 May 2023 at 4 PM
Tullahoma Tennessee 24 May 2023 at 2 PM
Tullahoma Tennessee 09 Nov 2023 at 6 PM
Tullahoma Tennessee 26 Feb 2013 at 7 PM

Similar Opportunities

Concord Massachusetts 23 Jul 2025 at 4 AM (estimated)
Chaparral New mexico 24 Jul 2025 at 4 PM
Edinburgh Indiana 13 Dec 2025 at 5 AM (estimated)
Edinburgh Indiana 08 Dec 2025 at 5 AM (estimated)