Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Solicitation number 31140PR260000016 is issued as a request for quotation (RFQ) for Portable Toilet Units and Pump Service for USCG Base Kodiak. The NAICS Code is 562991. This acquisition is set-aside for small business concerns . The small business size standard is $9M per annum. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. USCG Base Kodiak, Kodiak, AK, has a requirement for the Portable Toilet Units and Pump Service in accordance with the attached Statement of Work (SOW). The period of performance will be from May 15, 2026, through November 30, 2026. FAR 52.212-1 (DEVIATION 25-21) and addenda to FAR 52.212-1 apply to this acquisition. Addenda provisions are: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (JAN 2017) FAR 52.204-7 System for Award Management (DEVIATION 25-19) 52.240-90 Security Prohibitions and Exclusions Representations and Certifications (DEVIATION 25-23) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-5 Authorized Deviations in Provisions (NOV 2022) Solicitation Instruction Addenda is: Offeror shall provide a technical capability statement, with no more than 5 pages, that clearly describes the offeror's capability to perform the government's requirement. To be found technically acceptable, at a minimum, the offeror must demonstrate: Capability to provide eight (8) portable toilet units for the full period of performance Capability of servicing portable toilet units Evidence of environmentally compliant disposal of waste from the units. Offeror shall provide a firm-fixed price to perform the entire effort identified in the SOW. Evaluation criteria is lowest price technically acceptable (LPTA). FAR 52.212-4 (DEVIATION 25-21) and addenda to FAR 52.212-4 apply to this acquisition. Clause Addenda are: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-13 System for Award Management—Maintenance (DEVIATION 25-19) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (DEVIATION 25-27) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 25-27) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 26-03) 52.222-3 Convict Labor (DEVIATION 25-10) 52.222-36 Equal Opportunity for Workers with Disabilities. (DEVIATION 26-10) 52.222-41 Service Contract Labor Standards (DEVIATION 26-10) 52.222-42 Statement of Equivalent Rates for Federal Hires. (May 2014) - GENERAL MAINTENANCE …
Classification
Place of Performance
Contracting Office
Contacts
Attachments (2)