Search Contract Opportunities

Portable Toilets and Sinks   2

ID: N6264925QH007 • Type: Synopsis Solicitation

Description

Posted: Jan. 30, 2025, 7:13 p.m. EST

Amendment 0001 - This notice servces as an amendment to solicitation number N6264925QH007. The due date and time of offers is hereby extended from 31JAN25, 01:00PM JST to 03FEB25, 11:00AM JST. Additionally, this amendment includes the attachment, Attachment (c) 52.212-2 Evaluation, which was not included in the origianl solicitation. Quoters should review this document as it is now considered part of the solicitation requirements.

All other terms and conditions of the remain solicitation remain unchaged.

Quoters are required to acknowledge receipt of this amendment in accordance with the instructions in the solicitation.

(i) This is a combined synopsis/solicitation for a commercial services requirement prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

(ii) Solicitation number is N6264925QH007 and is being issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03

(iv) This requirement is a 100% Small Business Set-Aside. The associated NAICS code is 562991 Septic Tank and Related Services - and the small business size standard is $9.0M.

(v) The Government requires a commercial, firm-fixed price contract to provide the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) portable toilet and handwashing station services.

See Attachment (1) PWS 1_Provide Portable Toilets and Sinks for the description of the requirements.

(vi) The period of performance will be as shown below

Period of Performance

CLIN 0001 10 February 2025 27 April 2025

CLIN 0002 28 April 2025 13 July 2025

CLIN 0003 14 July 2025 30 Sept 2025

(vii) The provision at 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions.

(viii) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used.

(ix) Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer.

(x) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation.

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

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

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-14 Service Contract Reporting Requirements OCT 2016

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DEC 2023

52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment NOV 2021

52.204-27 Prohibition on a ByteDance Covered Application JUN 2023

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JAN 2025

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015

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

52.222-3 Convict Labor June 2003

52.222-21 Prohibition of Segregated Facilities APR 2015

52.222-26 Equal Opportunity SEP 2016

52.222-35 Equal Opportunity for Veterans JUN 2020

52.222-37 Employment Reports on Veterans JUN 2020

52.222-41 Service Contract Labor Standards AUG 2018

52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014

52.222-50 Combating Trafficking in Persons NOV 2021

52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 JAN 2022

52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving MAY 2024

52.232-33 Payment by Electronic Funds Transfer System for Award Management OCT 2018

52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023

52.233-3 Protest after Award AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

The following additional clauses and provisions also apply to this requirement:

Clauses:

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011

52.204-13 System for Award Management Maintenance OCT 2018

52.204-18 Commercial and Government Entity Code Maintenance AUG 2020

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

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 JAN 2025

52.222-1 Notice to the Government of Labor Disputes FEB 1997

52.227-1 Authorization and Consent JUN 2020

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013

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

252.204-7003 Control of Government Personnel Work Product APR 1992

252.225-7048 Export-Controlled Items JUN 2013

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region JUN 2023

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

252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023

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

Provisions:

52.204-7 System for Award Management NOV 2024

52.204-16 Commercial and Government Entity Code Reporting AUG 2020

52.204-17 Ownership or Control of Offeror AUG 2020

52.204-20 Predecessor of Offeror AUG 2020

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

52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020

52.212-1 Instructions to Offerors Commercial Products and Commercial Services SEP 2023

52.212-2 Evaluation Commercial Products and Commercial Services NOV 2021

52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services MAY 2024

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

52.222-22 Previous Contracts and Compliance Reports FEB 1999

52.222-25 Affirmative Action Compliance APR 1984

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

252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region Representation JUN 2023

(xiii) Attachment (2) Wage Determination: Service Contract Act WD # 2015-5693 Rev 23

There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments.

(xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation.

(xv) The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation.

The Government may not respond to questions received less than two (2) days prior to the due date and time for receipt of quotations.

Posted: Jan. 24, 2025, 12:19 a.m. EST
Background
The solicitation N6264925QH007 is issued by the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) as a Request for Quote (RFQ) for commercial services.

The contract aims to provide portable toilet and handwashing station services, supporting the agency's mission to maintain operational readiness and support facilities.

Work Details
The contractor is required to provide portable toilets and sinks, ensuring they are stocked with necessary supplies such as toilet paper, fresh water, hand soap, paper towels, and trash bins in sufficient quantities to last between servicing.

Services include:
1. Servicing toilets and sinks three times per week, which involves disposal of trash and waste matter, cleaning and sanitizing of toilets and sinks, and restocking supplies.
2. Securing toilets and sinks during inclement weather to prevent spills.

The contractor must also ensure compliance with all local and federal Occupational Safety and Health Administration (OSHA) and Environmental Protection Agency (EPA) requirements for handling hazardous materials. Additionally, the contractor is responsible for all planning, equipment, supplies, and services necessary to perform the work under this contract.

Period of Performance
The period of performance includes three phases: CLIN 0001 from 10 February 2025 to 27 April 2025; CLIN 0002 from 28 April 2025 to 13 July 2025; CLIN 0003 from 14 July 2025 to 30 September 2025.

Place of Performance
The services will be performed at the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility.

Overview

Response Deadline
Feb. 2, 2025, 9:00 p.m. EST (original: Jan. 30, 2025, 11:00 p.m. EST) Past Due
Posted
Jan. 24, 2025, 12:19 a.m. EST (updated: Jan. 30, 2025, 7:13 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Santa Rita, GU 96915 United States
Source
SAM

Current SBA Size Standard
$9 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 1/24/25 Naval Supply Systems Command issued Synopsis Solicitation N6264925QH007 for Portable Toilets and Sinks due 2/2/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562991 (SBA Size Standard $9 Million) and PSC W085.
Primary Contact
Name
Jason Q. Perez   Profile
Phone
16713395526

Secondary Contact

Name
Rafael Eladio M. Battung   Profile
Phone
16713395528

Documents

Posted documents for Synopsis Solicitation N6264925QH007

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N6264925QH007

Award Notifications

Agency published notification of awards for Synopsis Solicitation N6264925QH007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N6264925QH007

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N6264925QH007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC YOKOSUKA > NAVSUP FLT LOG CTR YOKOSUKA
FPDS Organization Code
1700-N62649
Source Organization Code
100524590
Last Updated
Feb. 17, 2025
Last Updated By
jason.q.perez.civ@us.navy.mil
Archive Date
Feb. 18, 2025