Oahu Chemical Portable Latrines and Hand Wash Stations

Agency:
State: Hawaii
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159850232686039
Posted Date: Mar 18, 2024
Due Date: Apr 1, 2024
Source: Members Only
Follow
Oahu Chemical Portable Latrines and Hand Wash Stations
Active
Contract Opportunity
Notice ID
W912CN-24-Q-0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-OO
Sub Command 3
413TH CSB
Office
0413 AQ HQ RCO-HI
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-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Mar 18, 2024 12:10 pm HST
  • Original Published Date: Mar 01, 2024 02:29 pm HST
  • Updated Date Offers Due: Apr 01, 2024 12:00 pm HST
  • Original Date Offers Due: Apr 01, 2024 12:00 pm HST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 16, 2024
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Wheeler Army Airfield , HI 96854
    USA
Description View Changes

03/18/2024 – Amendment 02: The purpose of this amendment is to –




  1. Removed from Paragraph (viii) Instructions to Offerors – Section 8. a. Standard Form (SF) 1449 Solicitation/Contract/Order for Commercial Items (signed and dated)

  2. Removed from Paragraph (viii) Instructions to Offerors – Section 8. b. Standard Form (SF) 30, Amendment of Solicitation/Modification of Contract (signed and dated)

  3. Paragraph (viii) Instructions to Offerors – Section 8. d. became Section 8.a.

  4. Paragraph (viii) Instructions to Offerors – Section 8. c. became Section 8.b.

  5. All other terms and conditions remain the same.





03/15/2024 – Amendment 01: The purpose of this amendment is to –




  1. Update Technical Exhibit (TE) 1 - TE 1 LOT I Permanent Latrine List - Amendment 01

  2. Update TE 2 - TE 2 Projected Cleaning Schedule - Amendment 01

  3. Update Statement of Requirements (SOR) - Attachment 0001 Statement of Requirements - Amendment 01 (Refer to Attachment 0005 RFC Log Government Responses for the updated sections of the SOR.)

  4. Provide the Government responses to Attachment 0003 Request for Clarification Log (RFC)s submitted by offerors as Attachment 0005 RFC Log Government Responses.

  5. All other terms and conditions remain the same.





(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, conducted using FAR 13.5 - Simplified Procedures for Certain Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.





(ii) Competitive quotes are being requested under Request for Quote (RFQ) Number W912CN-24-Q-0006.





(iii) This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular FAC 2024-02, Effective: December 22, 2023 and DFARS Publication Notice (DPN) 20240215.





(iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 562991, Septic Tank and Related Services and the small business size standard is $9 million. The product service code is 5410. This procurement is a 100% Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. The Government intends to award a Firm-Fixed Price (FFP), Requirements contract.





(v) For the purposes of quoting, the Contract Line Item Number (CLIN) structure is identified below: (See ATTACHMENT 0004 Combined Synopsis Solicitation Oahu Latrines Renewal Final)





TOTAL OVERALL PRICE:





(vi) Description OF REQUIREMENTS: Provide portable latrines and hand wash stations.





EXTENDED DESCRIPTION: The U.S. Army Garrison Hawaii (USAG-HI), Directorate of Public Works (DPW) has a requirement to provide portable latrines to support the garrison. The requirement has been categorized as two types of supplies to be provided; (LOT I) “Permanent” portable latrines and (LOT II) “As Required" temporary portable latrines and portable hand washing stations. The Contractor shall provide delivery, cleaning, and servicing for both LOT I and LOT II. Delivery of portable latrines and hand wash stations is to be performed at various Army Military Installations such as Schofield Barracks, East Range, Wheeler Airfield, Fort Shafter, Kahuku Training Area, Field Station Kunia, Makua Training Area, Ali’amanu Military Reservation, and Pilila’au Army Recreation Center. All locations are on the island of Oahu, Hawaii.



The purpose of this requirement it to support the DPW’s mission with providing a healthy sanitary environment for the welfare of the United State Army Soldiers. The anticipated Ordering Period is provided below:



Base Year



01 May 2024 – 30 Apr 2025



Option Period 1



01 May 2025 – 30 Apr 2026



Option Period 2



01 May 2026 - 30 Apr 2027



Option Period 3



01 May 2027 – 30 Apr 2028



Option Period 4



01 May 2028 – 30 Apr 2029



6 months extension via 52.217-8



01 May 2029 – 31 Oct 2029





To be considered acceptable and eligible for award, quoters must provide a complete quote including all of the Line Items annotated in paragraph (v) above and terms and conditions in accordance with the Statement of Requirements (SOR) (see ATTACHMENT 0001). The Government will not consider quotes or offers for partial items or quantities.





RFQ ATTACHMENTS



1. Attachment 0001 – Statement of Requirements



2. Attachment 0002 – Work Experience Reference Sheet



3. Attachment 0003 – RFC Worksheet



4. Attachment 0004 – Combined Synopsis Solicitation Oahu Latrines Renewal Final





(vii) Place(s) of delivery and acceptance and FOB point:



USAG-HI, Directorate of Public Works



947 Wright Avenue, Building 104 – 3rd Floor



Wheeler Army Airfield, HI 96857-5026





(viii) INSTRUCTIONS TO OFFERORS



The provision at 52.212-1, Instructions to Offerors – Commercial Products and Services (SEP 2023), applies to this acquisition. The Government intends to award a Firm Fixed Price, Requirements contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the ‘Evaluation Factors for Award’ Section below.





Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023)





Pursuant to FAR 12.302(d), the provision at FAR 52.212-1 is augmented as follows: Offerors shall prepare their quotations IAW FAR 52.212-1 and this addendum. A complete quote must be received to be considered for award. Quotes that fail to address all requirements or follow all instructions will be considered non-responsive and ineligible for contract award. Respond to each item listed below, if the response is “None” or “Not applicable,” explicitly state and explain. A complete quote includes a response and submission to each of the following:





1. General Information: Quoter Business Name, Address, Cage, and UEI number (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address), payment terms (i.e. net 30) and provide a GSA contract number if some or all items proposed are on the GSA schedule.





2. Price Quote: The Quoter shall submit complete pricing for each CLIN listed in paragraph (v) above to include the unit price and the extended price for each line item and a total price in US Dollars ($). All options must be priced; partial quotes will not be accepted.





3. Technical Capability Submission: The Quoter shall submit, as part of its quote, a technical capability narrative, not to exceed 05 pages with 12-point font, demonstrating the Quoter’s thorough understanding of the scope of work and capability to provide the products outlined in paragraph (v) and Attachment 0001 – Statement of Requirements. To facilitate evaluation, the technical narrative shall provide the Government with reasonable assurance that the Quoter has the relevant technical capability required to meet the stated requirements and shall be prepared in a format consistent with the evaluation criteria for award set forth in this solicitation. The Technical Capability Submission should be a stand-alone document containing all information necessary for the Government to perform a complete technical evaluation. Quoters may submit pictures, brochures, product/service literature, product samples or any other pertinent technical information of the quoted product (or services) to facilitate evaluation and demonstrate the Offeror’s ability to meet the technical requirements, but may not exceed the page limitation above.





4. Work Experience Submission: The Quoter shall submit, as part of its quote, Attachment 0002 – Work Experience Reference Sheet with work experience performed within the last three (3) years for work that is similar in nature, scope, and complexity to that which will be performed under the prospective award contemplated by this solicitation. This submission must illustrate similar work that the Quoter has been awarded or hired for. Quoters are advised that the Government is not bound by a Quoter’s opinion of the relevance of its work experience. At a minimum, at least two reference sheets shall be completed and provided with the Quoter’s quote.





5. Past Performance Information: Quoters need not submit past performance information. The government will consider past performance information, if available, from the web-enabled Supplier Performance Risk System (SPRS) regarding the Quoter’s past performance history to supplement the technical evaluation. The Government may query other internal databases (e.g. CPARS) at its discretion.





6. Formatting Requirements: All quotes and attachments shall be in Adobe Acrobat (.pdf) format.





7. Solicitation Requirements, Terms and Conditions: Quoter are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation criteria in section (ix). Failure to comply with the terms and conditions of the solicitation may result in the Quoter being ineligible for award. As such, Quoter must list any exceptions to the terms and conditions in the solicitation.





8. All interested Offerors shall submit the following:



a. Completed FAR Clause 52.212-3 Offeror Representation and Certifications – Commercial Items (if not entered into System for Award Management (SAM)). If any representation or certification cannot be completed in SAM, fill in the provision provided in the RFP and submit with the quote.



b. Responsibility Determination Narrative. For purposes of conducting responsibility determination, submit a 1-page narrative addressing the following. The responsibility determination will only be conducted on the apparent successful contractor.



- Adequacy of financial resources to perform the contract, or the ability to obtain them;



- Ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;



- Adequacy of the company/firm’s performance record.



- Description of how the company/firm maintains integrity and business ethics.





9. Period for acceptance of quotes: Quoters shall indicate how long the quote is valid. As a minimum the quote shall be valid for 90 days.





(ix) EVALUATION FACTORS FOR AWARD: The provision at FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021) applies to this acquisition.





Addendum to FAR 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021)





Pursuant to FAR 12.302(d), the provision at FAR 52.212-2 is augmented as follows:




  1. BASIS FOR AWARD: Procedures in FAR 13.106 are applicable to this procurement. The Government will award a Firm-Fixed-Price (FFP) Requirements contract resulting from this solicitation to the responsive, responsible Quoter (as determined within the meaning of FAR Part 9.104), whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be use to evaluate offers:



1. Factor 1 - Technical Capability



2. Factor 2 - Work Experience



3. Factor 3 – Price





Basis for award will be to the quoter providing the lowest quote determined to meet the minimum requirements outlined in in the solicitation and attachments. A responsibility determination will be conducted on apparent successful offeror only. Past Performance will not be formally evaluated, but will be reviewed during the responsibility determination pursuant to FAR Part 9. The specific evaluation criteria for these factors is defined below:





a. Factor 1 - Technical Capability: The Government will evaluate the quote to see if the quote and any supporting documentation meet the technical requirements of this solicitation and Attachment 0001 – Statement of Requirements.





Minimum Requirements:



i. Have at least one pumper truck with the following:



- Max 12,000 lbs. Gross Vehicle Weight.



- Pumping unit able to pump 325 gallons of waste.



- Minimum 325-gallon waste compartment/tank.



ii. Have at least one vehicle to transport latrines and hand wash stations with the following:



- Max 12,000 lbs. Gross Vehicle Weight.



- 4 Wheel Drive.



- 1,000 lbs. Hydraulic Lift Gate Toilet Carrier OSHA Requirement to prevent injury.



iii. Availability of Latrines and Hand Wash Stations:



- Have at least 150 enclosed, non-flushing, individual portable latrines with inside locking device, minimum 45-gallon holding tank capacity, identified with the Contractor’s name, phone number, and serial number in letters three (3) inches tall.



- Have at least 10 handicapped accessible latrines equipped with access ramps to the unit entrance door, extra wide door to allow wheelchair access, large interior space to accommodate a full-size wheelchair to turn around, handrails on each side of the interior space, minimum 22.5-gallon waste tank, identified with the Contractor’s name, phone number, and serial number in letters three (3) inches tall.



- Have at least 30 hand wash stations, identified with the Contractor’s name, phone number, and serial number in letters three (3) inches tall.





b. Factor 2 – Work Experience (expertise, regulatory compliance): The Government will evaluate the summary of work experience for similar nature, scope, and complexity to that which will be performed under the prospective award contemplated by this solicitation, assessing the likelihood that the offeror’s relevant work experience will minimize risk to the Government of unsuccessful performance. (ATTACHMENT 0002 – Work Experience Reference Sheet)





c. Factor 3 – Price: The Government will evaluate the total overall price for completeness and to determine if it is fair and reasonable IAW FAR13.106-3(a). Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness. The lowest price quote acceptable for award purpose will be the combined total of the base year and all option periods. The Government intends to evaluate quotes and award without discussions; therefore, quotes should be for offerors’ best pricing. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.





i. Completeness. Each offeror is required to provide complete pricing for each contract line identified.





ii. Refer to FAR 52.212-2 (b) regarding calculation of prices. As part of the price evaluation, will evaluate the Option to Extend Services under FAR clause 52.217-8 by adding one-half of the quoter’s final option price to the quoter’s total price. The final award evaluation will include the base year, all option years, and the six (6) months FAR clause 52.217-8 option.





Quotes will be evaluated for technical acceptability on approach and past performance but will not be ranked using the non-price Factors. For an Offeror to be considered for award, the quote must receive an “Acceptable” rating in both non-price Factors. A quote receiving a rating of “Unacceptable” in any non-price Factor will not be eligible for award.





(x) The quoter shall include the provisions at 52.212-3, Offeror Representations and Certifications –



Commercial Products and Commercial Services and shall be registered in the System for Award Management



(SAM) database: https://www.sam.gov/portal/public/SAM/. Failure to comply with SAM registration may deem a vendor ineligible for award consideration.





(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.





(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Products and Commercial Services (FEB 2024), applies to this acquisition.





It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations.





The following additional FAR clauses and provisions are applicable to this acquisition:





52.202-1 Definitions (JUN 2020)



52.203-3 Gratuities (APR 1984)



52.204-7 System for Award Management (OCT 2018)



52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)



52.204-13 System for Award Management Maintenance (OCT 2018)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)



52.212-1 Instruction to Offerors – Commercial Products and Commercial Services (SEP 2023)



52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (FEB 2024)



52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services – Alternate I (FEB 2024)



52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2023)



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Products and Commercial Services (FEB 2024)



52.216-18 Ordering (AUG 2020)



52.216-21 Requirements (OCT 1995)



52.216-21 Requirements – Alternate I (APR 1984)



52.217-5 Evaluation of Options (JUL 1990)



52.217-7 Option for Increased Quantity – Separately Priced Line Item (MAR 1989)



52.217-8 Option to Extend Services (NOV 1999)



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



52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)



52.219-6 Notice of Total Small Business Set-Aside – Alternate I (MAR 2020)



52.219-28 Post Award Small Business Program Representation (MAR 2023)



52.219-28 Post Award Small Business Program Representation (DEVIATION) (JAN 2024)



52.219-33 Non-Manufacturer Rule (SEP 2021)



52.225-18 Place of Manufacture (AUG 2018)



52.233-2 Service of Protest (SEP 2006)



52.252-4 Alterations in Contract (APR 1984)



52.252-5 Authorized Deviations in Provisions (NOV 2020)





The following additional DFARS clauses cited in the clause are applicable to the acquisition:





252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)



252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)



252.204-7000 Disclosure of Information (OCT 2016)



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7004 Antiterrorism Awareness Training for Contractors (JAN 2023)



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)



252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)



252.204-7023 Reporting Requirements for Contracted Services – Alternate I (JUL 2021)



252.211-7003 Item Unique Identification and Valuation (JAN 2023)



252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7966 Prohibition Regarding Russian Fossil Fuel Business Operations—Representation. (Deviation 2024-O0006)



252.225-7967 Prohibition Regarding Russian Fossil Fuel Business Operations (DEVIATION 2021-O0004)



252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006 Wide Area Work-Flow Payment Instructions (JAN 2023)



252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (MAY 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.243-7001 Pricing of Contract Modifications (DEC 1991)



252.243-7002 Requests for Equitable Adjustment (DEC 2022)



252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023)



252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010)



252.247-7023 Transportation of Supplies by Sea (JAN 2023)





Provisions/Clauses Incorporated by Full Text:





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 address: https://www.acquisition.gov.



(End of provision)





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 address: https://www.acquisition.gov.



(End of clause)





52.252-5Authorized Deviations in Provisions (NOV 2020)





(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.





(b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of provision)





52.252-6 Authorized Deviations in Clauses (NOV 2020)





(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.





(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of clause)





252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)





(a) Definitions. As used in this provision—



“Item risk” means the probability that a product, based on intended use, will introduce performance risk resulting in safety issues, mission degradation, or monetary loss.



“Price risk” means a measure of whether a proposed price for a product or service is consistent with historical prices paid for that item or service.





“Supplier risk” means the probability that an award may subject the procurement to the risk of unsuccessful performance or to supply chain risk (see Defense Federal Acquisition Regulation Supplement 239.7301).





(b) The Supplier Performance Risk System (SPRS), available at https://piee.eb.mil/, will be used in the evaluation of the Quoter or Offeror’s performance. SPRS retrieves item, price, quality, delivery, and contractor information on contracts from Government reporting systems in order to develop risk assessments.





(c) The Contracting Officer will consider SPRS risk assessments during the evaluation of quotations or offers received in response to this solicitation as follows:





(1) Item risk will be considered to determine whether the procurement represents a high performance risk to the Government.





(2) Price risk will be considered in determining if a proposed price is consistent with historical prices paid for a product or a service or otherwise creates a risk to the Government.





(3) Supplier risk, including but not limited to quality and delivery, will be considered to assess the risk of unsuccessful performance and supply chain risk.





(d) SPRS risk assessments are generated daily. Quoters or Offerors are able to access their risk assessments by following the access instructions in the SPRS user's guide available at https://www.sprs.csd.disa.mil/reference.htm. Quoters and Offerors are granted access to SPRS for their own risk assessment classifications only. SPRS reporting procedures and risk assessment methodology are detailed in the SPRS user's guide. The method to challenge a rating generated by SPRS is also provided in the user's guide. SPRS evaluation criteria are available at https://www.sprs.csd.disa.mil/pdf/SPRS_DataEvaluationCriteria.pdf.





(e) The Contracting Officer may consider any other available and relevant information when evaluating a quotation or an offer



(End of provision)







(xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition.





(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.





(xv) DUE DATE AND SUBMISSION INFORMATION





Formatting Requirements: Submit quotes in electronic PDF.





Request For Clarifications (RFC) Due Date and Submission Requirements:



Questions must be e-mailed to kyle.m.tanaka.civ@army.mil using the RFC Matrix (see ATTACHMENT 0003).



Questions must be received by 1200HRS Pacific Standard Time, no later than March 11, 2024.



Questions may be addressed at the discretion of the Government. A summary of questions received and Government responses will be provided via amendment and posted on the SAM.gov website





Quotes Due Date:



Quotes must be submitted electronically through upload to the SAM.gov website. In the event of technical issues with the website, quotes may be submitted via e-mail to Contract Specialist Kyle Tanaka at kyle.m.tanaka.civ@army.mil and Contracting Officer Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil in electronic PDF format.



Include RFQ# W912CN-24-Q-0006 on all quotes.



Quotes must be received by 1200HRS Pacific Standard Time, no later than April 1, 2024



It is the responsibility of the Quoter to ensure quotations are received and acknowledged by the contracting officer or contracting specialist. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f).





(xvi) Government RFQ Point of Contract:



The point of contact for this solicitation is Contract Specialist Kyle Tanaka at kyle.m.tanaka.civ@army.mil and back-up is Contracting Officer Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil. Reference RFQ# W912CN-24-Q-0006 on all email exchanges regarding this acquisition.





******* End of Combined Synopsis/Solicitation ********


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTING 536 PALM CIRCLE DR BLDG T 122
  • FORT SHAFTER , HI 96858-5025
  • 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 >