Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2004 FBO #0969
SOLICITATION NOTICE

X -- Lease and maintenance of portable water units for Camp Shelby Training Site, Camp Shelby, MS

Notice Date
7/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-04-T-0055
 
Response Due
7/28/2004
 
Archive Date
9/26/2004
 
Point of Contact
nancy.munroe, 601-313-1618
 
E-Mail Address
Email your questions to USPFO for Mississippi
(nancy.munroe@ms.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 Combined Synopsis/Solicitation is for the leasing and maintaining of approved portable water containers for the Camp Shelby Training Site, Camp Shelby, Mississippi 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 number W9 127Q-04-T-0055 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 01-15. This solicitation is a 100% total small business set aside. NAICS for determination of s ize status is 333319, Small Business Standard is 500 employees. CLIN 0001, 2 mos, quantity of 30 tanks, 300 gallon minimum capacity. Base Period is Aug 1, 2004 through Sept 30, 2004. CLIN 0002, Option 1, 12 mos. Qty of 30 tanks, 300 gallon minimum capac ity for period Oct 1, 2004 through Sept 30, 2005. CLIN 0003, Option 2, 12 mos. Qty of 30 tanks, 300 gallon minimum capacity for period Oct 1, 2005 through Sept 30, 2006. Must quote a monthly lease price and quote must reference size of tank being offe red. Payment will be made in arrears and will be made after receipt of a properly certified invoice by use of a Government credit payment card. Following is the statement of work. Due to the non-availability of bulk water storage and distribution assets a t Mob Center Shelby, the Government is soliciting a contract for bulk water support in order to support various training areas utilized by soldiers training for mobilization. Contractor must provide initial bulk water support for up to 30 different trainin g areas or ranges. Contractor must be able to provide additional bulk water containers above 30 each if the mission dictates. Contractor must be able to provide these additional containers within a reasonable time period of one to two weeks and must prov ide delivery schedule with their pricing. Contractor will reposition the bulk water containers as needed or as directed by the Contracting Officer to support various training events. Some training areas and ranges might require more than one bulk water c ontainer. The bulk water container at the training areas or ranges will be a minimum of 300 gallons and will be constructed from a black plastic in order to prevent the growth of algae. These bulk water containers must have at least 4 means of dispensing w ater per container into the soldier canteen or camelback such as 4 ea water spigots. The container must be constructed in a manner that allows for the spigots to be located 3 feet above ground level. The bulk water container must have a covering of some t ype that will block direct sunlight from hitting the tank and thus heating the water up. This covering could be a lightweight tarp on poles or a permanent metal/combination. Your proposal must indicate the type of covering being proposed. The containers must be constructed so they are easily relocatable. The contractor must provide adequate manpower and mobile re-supply tankers to refill all bulk water containers at the training areas and ranges by 1000 hrs each day. The contractor is required to provide bulk water re-supply and support 7 days a week unless directed otherwise by the Contracting Officer or his or her designated representative. The contractor must drain all unconsumed water left from the previous day before refilling with fresh water. The contractor is responsible for ensuring that the PH level in the bulk water containers remains at an acceptable level as dictated by Preventive Medicine. The con tractor is responsible for cleaning the bulk water containers as needed and directed by Preventive Medicine personnel. The contractor will inspect the containers on a daily basis to ensure the tanks are serviceable. The contractor will ensure the water c ontainers are approved for storing and dispensing potable water for human consumption. The contractor will be responsible for any contractor-owned equipment in the storage area. The contractor will hold the Government harmless for any illegal act includin g, but not limited to, theft, vandalism, and destruction of contractor-owned property occurring both within and outside of the designated areas. The Government will ensure that all tanks are inspected by Preventive Medicine personnel prior to placement. Th e Government will provide the potable bulk water site for refilling the contractor provided mobile re supply tanker. The potable water site has 2 refill stands with 2, 1.5 inch hoses each. The flow rate at the potable water refill site is approx 60-80 ga llons per minute. The Government will provide directions to and from training areas and ranges and will coordinate contractor access onto post and into training areas. Some areas may not allow 24 hrs access. Round trip mileage to fill all existing tanks i s approx 60 miles. Roads to be traveled are all well graveled and easily travelable. No off road, i.e. in the woods traveling, will be required, but they are not paved roads. The Government will provide accessible placement locations for each bulk water c ontainer. The following clauses apply. FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation of Offers, FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, he following provisions apply, 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52. 222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer ?????? Central Contractor Registration, 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses are FAR 52.247-34 FOB Destination, 52.217-9, Option to Extend the Term of the Contract. The total duration of this contract, including the exercise of any options under this clause, shall not exceed September 30, 2006. 52.232-19, Availability of Funds for the Next Fiscal Year, FAR 52.217- 5, Evaluation of Options, FAR 52.217-8, Option to Extend Services. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commer cial with its offer. APPLICABLE DFARS CLAUSES are 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Ite ms. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. The Service Contract Act is applicable and must conform to WAGE DETERMINATION NO: 94-2299 REV (22) for Forrest County, Mississippi and can b e accessed at http://www.wdol.gov/. This announcement is the solicitation. Evaluation criteria will be based on lowest price and price proposal must be accompanied with at least three letters of references with points of contacts and telephone number demo nstrating your relevant past performance for this type requirement. Price and performance are approximately equal. Due to the urgent need of this requirement, t he proposal is due no later than 28 July 2004, 4:30 CDT to USPFO-MS-PC, Attn: Nancy Munroe, 144 Military Drive, Jackson, MS 39232-8860. If you would like to visit the site, contact Major Randall Mantooth at 601-558-2697. Proposals may be emailed to nancy .munroe@ms.ngb.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://w ww.ccr.gov/. The Contracting Office??????s web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39232
Country: US
 
Record
SN00626926-W 20040722/040720212240 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.