SOLICITATION NOTICE
S -- Septic Pumping at Recreation Sites - Revised
- Notice Date
- 6/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Forest Service, R-5 IBET Province, Eldorado N.F., 100 Forni Road, Placerville, CA, 95667
- ZIP Code
- 95667
- Solicitation Number
- RFQ-IBET-03-03-009A
- Response Due
- 7/1/2003
- Archive Date
- 9/30/2003
- Point of Contact
- Denise Storms, Contracting Officer, Phone 530 642-5160, Fax 530 621-5258, - Carrol Jagger, Procurement Assistant, Phone 530 621-5232, Fax 530 621-5258,
- E-Mail Address
-
dlstorms@fs.fed.us, cjagger@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- THIS MODIFICATION 01 TO THE COMBINED SYNOPSIS/SOLICITATION IS TO ADD AN ADDITIONAL OPTION PERIODS TO THE SOLICITATION. THE NEW RESPONSE DATE IS JULY 1, 2003 AT CLOSE OF BUSINESS. IF THERE ARE TECHNICAL QUESTIONS REGARDING THIS SOLICITATION, PLEASE CONTACT DAVID BOYER, CONTRACTING OFFICER’S REPRESENTATIVE AT 530-647-5438. The intent of this solicitation is for the septic pumping of toilet facilities within each individual site, remove and dispose of all effluent, and to clean all spilled materials (as a result of pumping and related activities) inside and/or surrounding each toilet building. This is for the IDIQ pumping of approximately 10 to 20 recreation sites by individual task orders. 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; proposals are being requested and a written solicitation will not be issued. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 13. The NAIC for this solicitation is 562991 with a small size classification of $6.0 million. This solicitation is set-aside for small business. ********************************************************************1. SCHEDULE OF ITEMS:********************** LINE ITEM # 01: 1 GALLON ______________ Septic Pumping at Sites as Described in Section 2 – Project Location and Description. LINE ITEM # 02: 1 EACH _______________ Trash Removal – Per Additional Bags************* **************** OPTIONAL LINE ITEM # 03: 1 GALLON ____________ Septic Pumping at Sites as Described in Section 2 – Project Location and Description FOR THE PERIOD OF TIME: MAY 2004 THROUGH OCTOBER 2004. OPTIONAL LINE ITEM # 04 – 1 EACH __________Trash Removal ************* OPTIONAL LINE ITEM # 05: 1 GALLON ____________ Septic Pumping at Sites as Described in Section 2 – Project Location and Description FOR THE PERIOD OF TIME: MAY 2005 THROUGH OCTOBER 2005. OPTIONAL LINE ITEM # 06 – 1 EACH __________Trash Removal ************* NOTES: A. Items #01, 03, & 05 – Refers to cost per one gallon pumped and 1 garbage bag removed per site; including completion of the other work items as described in Section 8-1. B. Items # 02, 04, & 06 – Refers to each additional 35 gallon trash bag removed beyond the initial bag removed per site visit. C. The government will make every effort to fill a truck that has been sent in response to each task order.**************** 2. PROJECT LOCATION AND DESCRIPTION: The project is located on the Eldorado National Forest, Pacific and Placerville Ranger Districts. Crystal Basin Recreation Area (25 miles east northeast from Placerville, California): a) South Fork campground is located approximately 13 miles north of Crystal Ranger Station along the South Fork Loop Road. The legal description of this location is Township 13 N., 14 E., Section 27, M.D.M. b) Strawberry and Northwind Campgrounds are located approximately 5 miles southeast of Crystal Ranger Station along the Wrights Lake Tie Road. The legal description of this location is Township 11 N., 15E., Section 6, M.D.M. c) Jones Fork Campground is located approximately 2 miles north of Crystal Ranger Station along Ice House Road. The legal description of this location is Township 12N., 14E., Section 26, M.D.M. d) Big Silver Campground is located approximately 4 miles north of Crystal Ranger Station along Ice House Road. The legal description of this location is Township 12N., 14E., Section 23, M.D.M. e) West Point Boat Ramp and Campground are located approximately 15 miles northwest of Crystal Ranger Station along Union Valley Road. The legal location is Township 12N., 14E., Section 19, M.D.M. f) Camino Cove Campground is located approximately 11 miles northwest of Crystal Ranger Station along the Union Valley Road. The legal location is Township 12 N., 14E., Section 17, M.D.M. g) Angel Creek Day Use Area and Airport Flat Campground are located approximately 15 miles north of Crystal Ranger Station along Ice House Road. The legal location are Township 13N., 14E., Sections 11 and 15, M.D.M. h) Loon Lake Chalet is located approximately 20 miles north of Crystal Ranger Station along the Ice House Road. The legal description is Township 13N., 15E., Section 7, M.D.M. i) Northshore and Red Fir Campgrounds are located approximately 22 miles north of Crystal Ranger Station along the Ice House Road. The legal location is Township 13N., 15E., Section 5, M.D.M. j) Azalea Cove and Lone Rock Campgrounds are located approximately 3 miles northwest of the Crystal Ranger Station, north of Sunset Campground on the paved bike trail (vehicles permitted for cleaning). The legal description is Township 12 N., 14 E., Section 22, M.D.M. k) Big Hill Lookout is located approximately 3 miles west of the Crystal Ranger Station on Big Hill access road (paved FS road 11 N 58). The legal description is Township 12 N., 14 E., Section 33, M.D.M. l) Wrights Lake Campground, Twin Lakes and Rockbound Trailheads are located approximately 31 miles northeast of Pacific Ranger Station on Wrights Lake Road. The legal description is Township 12 N., 16 E., Sections 32 and 33, M.D.M. m) HWY 50 Corridor: n) Indian Spring Picnic Area is located approximately 15 miles east of Pollock Pines on HWY 50. The legal description is Township 11 N., 15 E., Section 31, M.D.M. o) Eagle Rock Picnic Area is located approximately 19 miles east of Pollock Pines on HWY 50. The legal description is Township 11 N., 16 E., section 30, M.D.M. p) Forty Two Mile Picnic Area is located approximately 27 miles east of Pollock Pines on HWY 50. The legal description is Township 11 N., 17 E., Section 19, M.D.M. q) Lovers Leap campground is located approximately 28 miles east of Pollock Pines on HWY 50. The legal description is 11 N., 17 E., Section 18, M.D.M. r) Pyramid Creek Trailhead is located approximately 31 miles from Pollock Pines on HWY 50. The legal description is Township 11 N., 17 E., Section 8, M.D.M. s) Description: t) Wrights Lake (18 single units), West Point, Azalea Cove (2 single units), Lone Rock, Tells Creek Campgrounds, Big Hill Lookout, Forty Two Mile Picnic Area, and Pyramid Creek, Twin Lakes, and each have one toilet building with one compartment each. u) Strawberry, Northwind, Rockbound Trailheads (one building with two compartments) and Jones Fork Campgrounds, Indian Springs Picnic Area, West Point Boat Ramp, Angel Creek Day Use Area, Loon Lake Chalet, North Shore and Red Fir Campgrounds each have one toilet building with two compartments each. v) Airport Flat and Camino Cove Campgrounds each have three toilet buildings with one compartment each. w) Lovers Leap Campground has two buildings with one compartment each. x) South Fork Campground and Eagle Rock Picnic Area have two toilet buildings with two compartments each. 3. ESTIMATED START DATE AND CONTRACT TIME The estimated start work date is 07/07/2003. The period of performance of this contract is from approximately 06/12/03 through 10/31/03. There are 2 optional periods; May thru 4. MAPS Maps are available from the Contracting Officer’s Representative, David Boyer, 530-647-5438, or from the issuing office, upon request. 5 Technical Requirements 5-1 Definitions: A. 1 Gal: shall serve as basis of bid. Encompasses all expenses incurred including: trip to and from designated outhouses, pumping fees, disposal fees, and collection and removal of one (1) full 35 gallon trash bag. Estimates for costs involving additional trash removal shall be included also and designated in units of full 35 gallon trash bags. B. Release: means any spilling, leaking, pumping, pouring, emitting, emptying, discharging, injecting, escaping, leaching, dumping, or disposing into the environment, unless permitted or authorized by a regulatory agency. Toilet Pumping Duties (Shall be performed as part of each service trip) 1. All materials shall be removed from toilet vaults. This includes human wastes, trash, etc. 2. Toilet building floors shall be cleaned of all spilled material using a ten percent disinfectant approved by the Government. Floors and surrounding areas shall be free of standing water. 3. Toilet risers, seats, and lids shall be cleaned of spilled materials using disinfecting solution approved by the government. All surfaces shall be free of deposits. 4. Walls will be cleaned by hand (pressure washer is not to be used) as needed to remove deposits. 5. Trucks and /or pumping supplies shall not be rinsed or cleaned on National Forest land. 6. Should any release of septic materials of 5 gallons or more occur, it is the contractors’ responsibility to immediately contact the appropriate HazMat officials for remediation. Should a release occur, immediately contact Camino Dispatch (530 642-5170) for required actions 7. Complete the log sheet stating time of visit and return to plastic holder. C. Also see USDA “Cleaning Recreation Sites” manual #2300 – Recreation, December 1995, 9523 1206-SDTDC. 5-2 Specifications Hours and Frequency of Work. 1) Task Orders will be issued by telephone call to the Contractor’s office. 2) The Contractor will provide date and time when work will start. 3) A Government representative shall be present to verify completion of work and to complete Task Order/Invoice. 4) Payment will not be made unless Government representative is present. 5) Work under this contract shall be performed between the hours of 7:00 a.m. and 6:00 p.m. 6) Toilets shall be serviced within 5 business days following request. 7) Services shall be performed as directed by the Contracting Officer’s Representative as needed, as specified in the specification. Personnel Qualifications D. The Contractor shall provide personnel who are qualified to use the Contractor’s equipment and who’s appearance is clean and orderly. Personnel not acceptable to the Government shall, upon written notice by the Contracting Officer, be replaced with satisfactory personnel within 48 hours after such written notice. .5-3 Contractor-Furnished Equipment The Contractor shall provide a truck or other vehicle to bring equipment and supplies to the work site. The vehicle shall be identified with a company name (and logo if desired) attached to both doors by magnetic or other means, and will be of professional quality. The Contractor shall furnish cleaning supplies and work attire that readily identifies the workers as employees (coveralls or button up shirts with company logos). All above named items are subject to approval by the Government. The Contractor shall also provide all necessary equipment and supplies to accomplish the tasks except what is specified as Government-furnished property. 5-5 Public Safety All Contractor supplied equipment will be safe for use in public areas and will not leak any oil or other vehicle fluids or any effluent from hoses, fittings, or tank. The Contractor will place hazard cones when working in the toilets and impeding vehicular traffic. 6. PAYMENT: Payment will be made from Contractor's invoice. (Task Order/Invoice form provided by the Forest Service shall be used as “Contractor’s Invoice.”) 7. SERVICE CONTRACT ACT WAGE DETERMINATION-The Service Contract Act Wage Determination 94-2055, Revision 19, Dated 07/30/2002 is applicable to this solicitation. The most applicable labor classifications and rates are included. Janitor-11.37 Refuse Collector-11.43 Laborer, Grounds Maintenance-12.18 Truckdriver, Heavy Truck-16.81 Truckdriver, Light Truck-10.68 Truckdriver, Medium Truck-14.69 Laborer-11.36 Heavy Equipment Operator-23.75 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $2.15 an hour or $86.00 a week or $372.67 a month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) 8. PROVISIONS AND CLAUSES-The following provisions and clauses are applicable to this solicitation and any resultant contract: FAR 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, with the following paragraphs applicable: (a)(b)(3)(8)(i)(12)(13)(14)(15)(16)(25)(27)(c)(1) and (d). FAR 52.216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from __Date of Award________ through __October 31, 2003__________ [insert dates]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _2 unit locations____________ [insert dollar figure or quantity], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of _all toilet locations; (2) Any order for a combination of items in excess of _all toilet locations;; or (3) A series of orders from the same ordering office within ___3__________ days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within __3___ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22 Indefinite Quantity (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after _October 30, 2003. 52.217-2 Cancellation Under Multiyear Contracts (OCT 1997) 52.222-43 Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (MAY 1989) FAR 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 _10 days of the start of the next option period.____ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __60___ days [60 days unless a different number of days is inserted] 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 ___3 years________ (months)(years). FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond _September 30, 2003_______. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond _September 30, 2003____, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 452.216-72 Evaluation Quantities – Indefinite Delivery Contract (FEB 1988) 52.217-5 Evaluation of Options (JUL 1990) 52.216-27 Single or Multiple Awards (OCT 1995)
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/91U9/RFQ-IBET-03-03-009A/listing.html)
- Place of Performance
- Address: USDA Forest Service Various Campgrounds in El Dorado County
- Record
- SN00357415-F 20030627/030626015018 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |