Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOLICITATION NOTICE

S -- SACN, Septic Pumping BPA Set-up (ND & MD)

Notice Date
11/20/2023 9:52:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6024Q0001
 
Response Due
12/22/2023 11:00:00 AM
 
Archive Date
01/06/2024
 
Point of Contact
Kircher, Adam, Phone: (402) 661 - 1606
 
E-Mail Address
adam_kircher@nps.gov
(adam_kircher@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SACN, Septic Pumping BPA Set-up (ND & MD) 140P6024Q0001 (i) 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. (ii) The National Park service is issuing this request for quote (RFQ) 140P6024Q0001, for the performance of Septic Pumping for St. Croix National Scenic Riverway (SACN), in accordance with the provided Scope of Work (SOW). The Solicitation Number is 140P6024Q0001 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-01. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside for Total Small Businesses (SB) competition in accordance with 52.219-6 Notice of Total Small Business Set-Aside., under NAICS Code 562991 - Septic Tank and Related Services with a small business size standard of $9.0M. (v) Line items: SACN, Septic Pumping BPA Set-up (ND & MD) - 5 Year BPA (vi) The acquisition is for a Blanket Purchase Agreement (BPA) for a term of five years from May 1, 2024, until April 30, 2029, or a maximum purchase amount of $35,000.00. Contractor shall provide all necessary supplies, labor, materials, transportation, equipment, and facilities necessary to perform sanitary septic service and disposal of human waste materials from sanitary septic retention facilities located at various locations owned by and within St. Croix National Scenic Riverway. Products and services offered to the Government under this purchase shall meet or exceed the following in accordance with the attached Statement of Work (SOW). Interested Parties shall submit quotes to Adam Kircher via email at adam_kircher@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: Blanket Purchase Agreement (BPA) for a term of five years from May 1, 2024, until April 30, 2029, or a maximum purchase amount of $35,000.00. Location: Namekagon and Marshland District Maintenance, St. Croix National Scenic Riverway, 401 North Hamilton Street, St. Croix Falls, WI 54024. (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions). Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before December 13, 2023, at 1:00 pm CDT. All questions will be answered in an Amendment to this solicitation and posted on or about December 15, 2023. (ix) 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at Far 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. In determining best value, the following factors will be considered: (1) Technical Capability (2) Past Performance and (3) Price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. 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 paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28, 52.219-30, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-53, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: 1. Scope of Work 2. Specs (Map 1 Namekagon_Dam_to_Hayward_2023_Legal_508) 3. Specs (Map 2 Hayward to Trego 2023) 4. Specs (Map 3 Trego to Riverside 2023 legal) 5. Specs (Map 4 Gordon-Dam-to-Riverside-Landing-2023-Legal_508) 6. Specs (Map 5 Riverside-to-Sand-Creek-2023-Legal_508) 7. Specs (Map 6 Sand-Creek-to-Hwy-70-2023-Legal_508) 8. Specs (Map 7 Hwy-70-to-Hwy-8-2023-Legal_508) 9. DOL Wage Determination (Bayfield, Sawyer,Washburn, Burnett) 10. DOL Wage Determination (Chisago) 11. DOL Wage Determination (Douglas) 12. DOL Wage Determination (Pine) 13. DOL Wage Determination (Polk) 14. Price Proposal Form 15. SF-18 (Terms and Conditions) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before December 22, 2023, at 1:00 pm CDT. Quotes shall be submitted electronically to adam_kircher@nps.gov (xvi) Contract Administration Data Adam Kircher Contract Specialist DOI, National Park Service, Interior Region 3,4,5 MWRO Major Acquisition Buying Office 601 Riverfront Drive Omaha, NE 68102-4226 Phone: 402-800-8120 Email: Adam_Kircher@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2a46e313e20b45f68e0219a71f989339/view)
 
Place of Performance
Address: 401 N Hamilton Street, St., Croix Falls , WI, USA
Country: USA
 
Record
SN06889921-F 20231122/231120230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.