Skip to main content

An official website of the United States government

You have 2 new alerts

Whiteman AFB Portable Toilets

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Nov 14, 2023 03:43 pm CST
  • Original Published Date: Oct 31, 2023 03:04 pm CDT
  • Updated Date Offers Due: Nov 30, 2023 10:00 am CST
  • Original Date Offers Due: Nov 15, 2023 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 15, 2023
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: W085 - LEASE OR RENTAL OF EQUIPMENT- TOILETRIES
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Whiteman Air Force Base , MO 65305
    USA

Description

Amendment 1, 14 Nov 23, tsc

See updated Combo dated 14 Nov 2023 (Attach_5) for updated price schedule and RFQ due date.

END Amendment 1

____________

Combined Synopsis/Solicitation
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.
The Request for Quotation (RFQ) number FA462524Q1012 shall be used to reference any written quote
provided under this RFQ.
The RFQ document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 2023-05; Effective 9/22/2023.
_____________
FA462524Q1012 is a total small business set aside.
The North American Industry Classification System (NAICS) code for this project is 562991, Septic
Tank and Related Services, with a size standard of $9.0M.
The purpose of this combined synopsis and solicitations for the purchase and delivery of Portable Toilet
services in accordance with the attached Performance Work Statement (PWS) dated 12 Oct 2023. The
bid schedule and contract CLIN schedule are below:
Base Year
CLIN Line Item Unit Quantity Cost
($)/unit
Cost
0001 Routine EACH 4
0002 Emergency EACH 20
Total
Option Year 1
CLIN Line Item Unit Quantity Cost
($)/unit
Cost
1001 Routine EACH 4
1002 Emergency EACH 20
Total
Option Year 2
CLIN Line Item Unit Quantity Cost
($)/unit
Cost
2001 Routine EACH 4
2002 Emergency EACH 20
Total
Option Year 3
CLIN Line Item Unit Quantity Cost
($)/unit
Cost
3001 Routine EACH 4
3002 Emergency EACH 20
Total
Option Year 4
CLIN Line Item Unit Quantity Cost
($)/unit
Cost
4001 Routine EACH 4
4002 Emergency EACH 20
Total
Total (Base plus
all Options)
*****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be
made under this RFQ until funds are available. The Government reserves the right to cancel this RFQ,
either before or after the closing date. In the event the Government cancels this RFQ, the Government
has no obligation to reimburse a vendor for any costs. *****
*FAR Provision 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021) applies to this
acquisition and the following addendum applies:
The following words stating “offer”, “offeror”, and “proposal” are replaced with “quotation”, “vendor”,
and “quote”.
 “The NAICS code and small business size standard for this acquisition appear above.”
 “The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for
receipt of quotes, unless another time period is specified in an addendum to the quote.”
RFQ due date: 15 November 2023____________________
RFQ due time: 10:00 A.M. CST
Email to 509CONS.PKA.Services@us.af.mil and cc brevin.morris@us.af.mil
THIS MUST BE SENT TO 509CONS.PKA.Services@us.af.mil AS STATED BELOW, OR THE
ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED
NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.
Note: .zip files are not an acceptable format for the Air Force Network and will not go through our
email system.
All questions regarding this RFQ must be email to 509CONS.PKA.Services@us.af.mil and cc
brevin.morris@us.af.mil by 7 November 2023 10:00 A.M. CST
Please provide the following information with your quote:
Company Name: ____________
UEI Number: ______________
Cage Code: _______________
All companies must be registered in the System for Award Management at
https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide
contract financing for this acquisition. Invoice instruction shall be provided at time of award.
FAR Provision *52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021),
applies to this acquisition and the following evaluation is applicable:

(a) The Government will award a contract resulting from this solicitation to the responsible vendor
whose quotation conforming to the solicitation will be most advantageous to the Government, price and
other factors considered. The following factors shall be used to evaluate quotes:
(1) Evaluation for this acquisition will be based on best value considering past performance and
price. Award will be made to the lowest priced Offeror meeting the requirements of the
Performance Work Statement (PWS) with acceptable past performance. For past performance,
Offerors shall submit three references of portable toilet and collection tank or similar service
within the last five years. A Past Performance Questionnaire (Attachment 4) is attached. Please
provide at least 3 questionnaires from people who are familiar with work similar in scope to the
current PWS who can be called to vouch for your performance.
(b) Options. The Government will evaluate quotes for award purposes by adding the total price for all
options to the total price for the basic requirement. The Government may determine that a quote is
unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate
the Government to exercise the option(s).
(c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful
vendor within the time for acceptance specified in the quote, shall result in a binding contract without
further action by either party. Before the quote’s specified expiration time, the Government may accept
a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice
of withdrawal is received before award.
(End of Provision)
Discussions: The government intends to award a purchase order without discussions with respective
vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its
best interest.
Include descriptive literature such as illustrations and drawings.
FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Products and
Commercial Services. (Dec 2022), with its Alternate I (Dec 2022), applies to this acquisition. All
vendors must be registered in System for Award Management at
https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal.
FAR clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial
Services. (Dec 2022), applies to this acquisition with the following Addendum: Paragraph (c) of this
clause is tailored as follows: 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 changes in the
paying office, appropriations data, etc., which may be changed unilaterally by the Government.
Note: The vendor acknowledges that should the quote terms and conditions and/or agreement
conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other
Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and
Federal law govern and conflicting vendor terms and conditions and/or agreement are
unenforceable and are not considered incorporated into any resultant contract.
FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive
Orders—Commercial Products and Commercial Services. (Dec 2022), additionally, the following FAR
clauses cited in 52.212-5 are applicable:
The following DAFFARS clauses are applicable to this solicitation:
5352.201-9101, Ombudsman (JUL 2023):
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors,
potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict
confidentiality as to the source of the concern. The existence of the ombudsman does not affect the
authority of the program manager, contracting officer, or source selection official. Further, the
ombudsman does not participate in the evaluation of proposals, the source selection process, or the
adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to
another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues,
disagreements, and/or recommendations to the contracting officer for resolution. Consulting an
ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid
protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB
Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the
ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of
Contracts, Air Force Installation Contracting Center, Operating Location - Global Strike (AFICC/KG
OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns,
issues, disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further
consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)
(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571)
256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify
technical requirements. Such inquiries shall be directed to the contracting officer.
(End of clause)
5352.242-9000, Contractor Access to Department of the Air Force Installations (JUL 2023):
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor
personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the
contract. Contractor personnel are required to wear or prominently display installation identification
badges or contractor-furnished, contractor identification badges while visiting or performing work on
the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing
the following: contract number, location of work site, start and stop dates, and names of employees and
subcontractor employees needing access to the base. The letter will also specify the individual(s)
authorized to sign for a request for base identification credentials or vehicle passes. The contracting
officer will endorse the request and forward it to the issuing base pass and registration office or Security
Forces for processing. When reporting to the registration office, the authorized contractor individual(s)
should provide a valid driver s license, current vehicle registration, valid vehicle insurance certificate,
and <> to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required
identification for newly assigned personnel and for prompt return of credentials and vehicle passes for
any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the
contractor shall comply with <> citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime
contractor shall ensure that all base identification passes issued to employees and subcontractor
employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
5352.223-9001, Health and Safety on Government Installations (JUL 2023):
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and
safety of contractor and Government personnel performing or in any way coming in contact with the
performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require
for health and safety purposes.
(b) The contracting officer may, by written order, direct Department of the Air Force Occupational
Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the
performance of this contract and any adjustments resulting from such direction will be in accordance
with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as
directed by the contracting officer, shall be grounds for termination of this contract in accordance with
the Default clause of this contract.
(End of clause)
52.217-8 Option to Extend Services. (Nov 1999)
In addition, the government may further extend the performance period for up to six months.
The Government may require continued performance of any services within the limits and at the rates specified in
the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the
Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance
hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the
Contractor within 60 days.
 (End of clause)
52.217-9 Option to Extend the Term of the Contract. (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 60
days, provided that the Government gives the Contractor a preliminary written notice of its intent
to extend at least 30 days before the contract expires. The preliminary notice does not
commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this
option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not
exceed 5 years.

 (End of clause)
The full text of these clauses and (*) provisions may be assessed electronically at the website: FAR |
Acquisition.GOV NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT
SHALL REMAIN PART OF THE CONTRACT FILE.
Attachments: 4
Attachment 1 – Performance Work Statement dated 12 October 2023
Attachment 2 – Provisions and Clauses
Attachment 3 – Wage Determination 2015-5089 dated 12 July 2023
Attachment 4 – Past Performance Questionnaire

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 660-687-5417 660 TENTH STREET STE 222 BLDG 709
  • WHITEMAN AFB , MO 65305-5344
  • USA

Primary Point of Contact

Secondary Point of Contact

History