Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
MODIFICATION

W -- Provide rental and sanitary servicing of portable latrines and hand wash stations

Notice Date
10/22/2007
 
Notice Type
Modification
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708T0005
 
Response Due
10/26/2007
 
Archive Date
12/25/2007
 
Point of Contact
Rebecca Fentzke, 910-907-4752
 
E-Mail Address
Email your questions to ACA, Fort Bragg
(rebecca.fentzke@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ONLY: In preparation for an upcoming procurement, The Army Contracting Agency, Directorate of Contracting at Fort Bragg, NC, is conducting market research to determine potential sources to provide rental and sanitary servicing of port able latrines and hand wash stations in accordance with the attached Draft Performance Work Statement (PWS), and is seeking interested sources that are capable of providing the services required. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. This is not a Request for Proposals, but instead a market research method to determine interested sources prior to issuing the solic itation. A period of performance of a 12-month base period plus two (2) 12-month options is anticipated. Based upon information currently available, the Government anticipates fulfilling this requirement through a small business set-aside. The Offeror/C ontractor shall perform at least 50% of the work as defined in FAR Clause 52.219-14 Limitations on Subcontracting. The Government will not award a contact based on this Sources Sought Notice, the information received, nor reimburse participants for inform ation they provide. Information provided is strictly voluntary. The North American Industry Classification System (NAICS) code for this procurement is 562991, standard size is less than or equal to $6,000,000 average gross revenue. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. This is a request for intereste d potential offerors to submit a brief capability statement demonstrating how they plan to meet the requirements in the draft PWS. Submissions shall be limited to no more than five pages. Standard brochures and paraphrasing of the PWS will not be conside red a sufficient response to this notice. Submitted capability statements should include the following: (1) Name of vendor; (2) Contact information (address, telephone, facsimile, e-mail, DUNS number and CAGE code); (3) Small Business Certification (to in clude 8(a), HUBZone, SDVOB, etc.) (4) Technical description of capabilities in meeting the requirement. Businesses should submit an electronic copy of the requested information to the Contract Specialist Ms. Rebecca Fentzke at rebecca.fentzke@us.army.mil no later than October 26, 2007, 3:00 p.m. Eastern Standard Time. Questions may be addressed to Ms. Fentz ke or the Contracting Officer, Mr. Marc Lopez, at marc.lopez1@us.army.mil No feedback will be provided regarding individual capabilities statements. No Reimbursement will be made for any costs associated with providing information in response to this ann ouncement and/or any follow-up information requests. DRAFT PERFORMANCE WORK STATEMENT (PWS) Directorate of Plans Training and Mobilization FORT BRAGG, NC 28310 1. GENERAL. 1.1. Scope of Work. Contractor shall furnish all labor, material, equipment, transportation, tools, supervision, and any other items necessary to provide for the rental, maintenance and sanitary servicing (cleaning) of up to 185(EA) Portable Latrines an d 45 Hand Wash Station at Fort Bragg, NC. Contractor shall perform these requirements in accordance with all applicable guidance, specifications, and local, state and federal laws and regulations provided herein or incorporated by reference. Base period o f performance is 15 November 2007 thru 14 November 2008 with two option years. 1.2. Personnel. The Contractor shall act as, or provide a Project Manager to conduct overall management coordination and be the central point of contact for performance of work specified in this contract. The Contractor or designated individual shall ha ve full authority to contractually commit Contractor administration of this specification. The name of this person or persons who can act for the Contractor shall be submitted in writing to the Contracting Officer 15 days prior to contract performance. Any changes in this person or persons who can act for the Contractor shall be submitted in writing within 24 hours of such change throughout the terms of this contract. 1.3. Qualifications of Personnel. The Contractor shall provide necessary personnel to accomplish all work and services covered under this contract within the specified time frames. The Contractor shall ensure that service employees performing work on th is contract have required licenses, permits and certifications for the state and locality wherein work is to be performed. Contractor shall provide evidence of qualifications for his employees, in writing, to the Contracting Officer prior to performance o f any work on this contract. Contractor shall also provide, in writing, to the Contracting Officer, a list of all contract employees who will perform work on this contract. This list shall include the full name, position to be held by each employee, and be updated within 24 hours when any change in personnel occurs throughout the duration of this contract. 1.4. Service Area. The service area will be Tactical Training Bases/Forward Operating Bases Patriot and Latham which are located off of Mckellars Rd. Distance of travel from paved roads is approximately 1.5 miles. The 2125th GSU Unit (mayor) rep will b e available to designate placement of the above mentioned equipment. 1.5. Environment and OSHA. The Contractor shall comply with OSHA requirements and pertinent provisions of Safety and Health Requirements publication EM 385 1 1, Department of the Army, Corps of Engineers. The Contractor shall comply with all local, stat e, and federal environmental and occupational safety rules and regulations. 1.6. Contractor Identification. Employee shall wear a Contractor furnished, visible, identifying badge on the outside of their clothing which shall include as a minimum, the persons name, recent photograph and name of the Contractor at all time when per forming work on this contract. 1.7. Conduct of Personnel. The Contractor shall ensure that personnel present a professional appearance at all times and that their conduct shall not reflect discredit upon this installation or the Department of the Army. The Contractor shall remove fro m the job site any employee for reasons of misconduct or security. The removal from the job site of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely service. 1.8. Security. The Contractor shall be responsible for the security of Contractor furnished supplies, equipment, and vehicles. 1.9. Operating Hours. A) The routine operating hours for this contract are from 0800-1700 hrs Monday through Sunday. B) Recognized Holidays. The contract shall be prepared to provide service on recognized federal holidays as required. The following days in each calendar year are identified as Federal Holidays: New Years, 1 January Martin Luther Kings Birthday, the 3rd Monday in January Presidents Day, the 3rd Monday in February Memorial Day, the last Monday in May Independence Day, July 4 Labor Day, the lst Monday in September Columbus Day, the 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, the 4th Thursday in November Christmas Day, December 25 1.10. VEHICLE REQUIREMENTS. 1.10.1. Vehicle Registration. The Contractor shall fully comply with the vehicle registration requirements regarding Contractor-owned and Contractor employee privately owned vehicles (POVs) as set forth in Fort Bragg Regulation 190-5, Military Police Traf fic Regulation. Any questions regarding the regulation can be directed to (910) 432-8193. Contractor vehicles and Contractor employee POVs will be searched if the appropriate passes/decals are not displayed when entering Fort Bragg Access Control Points (ACPs). All vehicles, including those with passes/decals, are subject t o random search at any time. The Fort Bragg Regulation 190-5 is available for download at the following website: http://www.bragg.army.mil/psbc-pm/Information/VehicleRegistation.htm 1.11. RAPIDGate. On 6 April 2007, Fort Bragg began using RAPIDGate. The RAPIDGate Program is voluntary and uses innovative technology to provide a complete identification and access management solution for Contractors, vendors, suppliers, and service pro viders who require routine access to the installation. For more information about Eid Passport, the RAPIDGate Program or to enroll your company, please go to www.RAPIDGate.com or call (877) 727-4342. 1.12. CONTRACTOR MANPOWER REPORTING 1.12.1. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for perf ormance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contra cting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity o f contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Fe deral Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for th e Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deplo yed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct trans fer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 2. GOVERNMENT-FURNISHED PROPERTY AND SERVICES. 2.1. Equipment. The Government shall not furnish any equipment to the Contractor under the terms of this contract. 2.2 Facilities. The Government shall not furnish any facilities/buildings to the Contractor for use as office space or storage space throughout the period of this contract. 2.3. Emergency Medical Treatment. Government emergency vehicles and medical personnel may be used in emergency situations affecting Contractor personnel. Government facilities may be used in these instances as the first point of treatment. The Contract or shall be responsible for transferring the patient to other than Government medical treatment facilities and it shall be affect ed as soon as possible, and as determined by attending medical authorities. The hospital shall charge the Contractor in accordance with AR 40-330. The removal from the job site of such person(s) shall not relieve the Contractor of the requirement to prov ide sufficient personnel to perform adequate and timely service. 2.4. Discharge of Waste. The Government shall not provide a designated sanitary sewer for discharge of waste. 3. CONTRACTOR FURNISHED ITEMS. 3.1. General. The Contractor shall furnish everything required to perform all tasks delineated in this PWS to include all equipment, material and services required to satisfy all the requirements of the contract. Contractor shall not obtain water from a ny source on Fort Bragg without a backflow-preventer device installed on the Contractors equipment. Latrines removed from service for any reason, for example, for maintenance or overhaul, shall be stored at the Contractors site for the duration of said repairs. Removal of any of latrines from the service area presupposes immediate replacement with a serviceable unit (see Section 3.4) at no additional cost to the Government. The total number of serviceable units to be available at all times during this contract is indicated in Section 1.1. 3.2. Equipment. The Contractor shall provide all equipment required for delivery, set up, recovery, and servicing of portable latrines and hand wash stations. All equipment used under this contract is subject to inspection by the COR prior to its use. If the equipment is at any time deemed unsafe or unserviceable by the COR, the Contractor shall remove the equipment from the installation within 12 hours or have it repaired to the COR's satisfaction within 12 hours. 3.2.1. Service Vehicle and Equipment. All service vehicles and equipment shall be specifically designed for the purpose of servicing portable latrines. All vehicles and equipment shall be maintained in a safe and operable condition to meet all local, st ate, and federal safety requirements. All vehicles and equipment shall be operated in accordance with Fort Bragg traffic regulations. Service trucks shall have two-way communication capability, and trucks shall be maintained in a clean, nuisance-free, se rviceable condition at all times. Contractor shall have and maintain equipment capable of working off paved roads and in rough terrain. 3.2.2. Contractor Vehicles. All Contractor vehicles shall show the Contractor's name/logo so that it is clearly visible on each side and shall at all times display a valid state license plate and safety inspection sticker, and any Fort Bragg registration requirements. The Contractor shall register all contractor and employees vehicles for use on this contract with the Fort Bragg Provost Marshall. 3.3. Licenses and Permits. The Contractor shall, at no additional cost to the Government, obtain all licenses and permits required for performance of work and for complying with all applicable local, state, and federal laws, rules, and regulations. Portable Latrines. Each latrine shall be the manufacturers standard commercial product. All materials, piping, and fitting shall be corrosion resistant. Each latrine unit shall consist of a completely enclosed, well-ventilated, fly-tight building. T he Contractor shall furnish single units. Material used for the construction of the latrines shall be impervious to moisture or be treated with an effective sealer. All construction joints shall be sealed to prevent any accumulation of filth. Latrines s hall be uniform in color at each site. The doors shall be self-closing, tight fitting fly-tight to include all vents, and shall have an inside lock/latch. The urinals and toilet seats shall be made of stainless steel, fiberglass, plastic, or substantial material having a nonabsorbent finish. All latrines are to be set and attached to base supports consisting of treated lumber, plastic, or fiberglass and spotted/placed IAW the instructions provided by the 2125th GSU Unit (mayor) Representative 3.4. Damaged Portable Latrine. The repair and recovery cost for damaged portable latrines shall be included in the Contractors quote. The removal of latrines due to damages shall not relieve the Contractor of the requirement to provide the total number of latrines as specified in Section 1.1. 3.5. Hand Wash Stations. Contractor shall provide Hand Wash Stations with attachable mirrors and cleaning supplies at Tactical Training Bases/Forward Operating Bases Patriot and Latham. 3.6. Damaged Hand Wash Station. The repair and recovery cost for damaged hand wash stations shall be included in the Contractors quote. The removal of hand wash stations due to damages shall not relieve the Contractor of the requirement to provide the t otal number of latrines as specified in Section 1.1. 3.7. Cleaning Supplies. Contractor shall furnish all chemicals and cleaning supplies necessary to provide sanitary servicing and cleaning of the portable latrines and hand wash stations provided hereunder. The Contractor shall submit Material Safety Data Sheet (MSDS) to the COR for all chemicals to be used in performance of this contract on contract start date. Contractor may not use or change to a new chemical before submitting a MSDS and obtaining the approval of the COR. 4. DESCRIPTION OF WORK. 4.1. General. Contractor shall furnish all labor, material, equipment, transportation, tools, supervision, and any other items necessary to provide for the rental, maintenance and sanitary servicing (cleaning) of up to 185 estimated Portable Latrines an d 45 estimated Hand Wash Station hereunder to include the following: Quantities are estimated as such and are not guaranteed. Upon receipt of an order from the COR or ACOR, the Contractor shall pickup additional latrines. For example if the decrease in mobilized troops for an extended amount of time is decreased then the estimated quantities would decrease. If the estimated quantities of troops increase then the estimated amount of portable latrines and hand wash stations would increase. Increases woul d be done via task order. Portable latrines and hand wash stations services will be ordered by the COR via task order requests. 4.2. The Contractor shall record the following information for each latrine and hand wash station placed hereunder on a calendar sticker to be located on the inside wall of each unit: Date rental period started: Date and time latrine/hand wash station was placed on site for use: Condition at placement: Periodic Cleanings conducted on: (Date, Time and By:) Re-call Cleanings conducted on: (Date, Time and By:) 4.3. Periodic Cleanings. All Portable Latrines and Hand Wash Stations shall be cleaned every other day. Cleanings shall include the complete removal of all waste and debris, and cleaning the inside of the waste tank. The waste tank shall be recharged wi th sufficient quantity of chemicals to ensure an odorless unit. At the time of each cleaning, all seats, doors, walls, floors, urinals, and other exposed interior and exterior surfaces shall be left in a clean and sanitized condition, to include applying a commercial grade cleaner and disinfectant to all interior surfaces. After cleaning each latrine, the Contractor shall restock the latrines with two rolls of toilet tissue and legibly annotate the calendar sticker with the information stated above. The Contractor shall remove and dispose of all trash and debris within a radius of 10 feet circumference of each unit. Cleanings of the hand wash stations shall include the complete removal of all waste and debris, and cleaning of outside shelves and mirrors. The hand wash stations interior and exterior surfaces shall be left in a clean and sanitized condition, to include applying a commercial grade cleaner and disinfectant to all exterior surfaces. After each cleaning, the Contractor shal l restock each station with lotion spray soap and paper towels and legibly annotate the calendar sticker with the information stated above. The Contractor shall remove and dispose of all trash and debris within a radius of 10 feet circumference of each un it. 4.4. Extra Cleanings. All Portable Latrines and Hand Wash Stations shall be cleaned every other day. 4.5. Delivery/Pickup. The Contractor shall make delivery and pickup of units placed hereunder within 24 hours from a call from the COR. 4.6. Servicing Portable Units. Contractor shall provide maintenance and repair service to all portable rental units delivered and placed on post. The Contractor shall repair the rental units as required, i.e., replace locks, hinges, etc., to maintain a serviceable condition of each unit at all times. If the unit is non-repairable, Contractor shall replace the unit within the time specified in Section 4.5. 4.7. Relocating Portable Latrines and Hand Wash Stations. If at anytime the COR requires that portable latrines and hand wash stations shall be relocated, the COR shall contact the Contractor. Within 4 hours of notification, the Contractor shall relocat e portable latrines and/or hand wash stations as requested by the COR. For example, if a call is placed to the Contractor at 1:00 PM, the Contractor has until 5:00 PM to perform the relocation. The relocation of portable latrines and/or hand wash station s shall be included in the Contractors quote. 4.8. Spills. All service personnel shall at all times performs all work and take such steps required to prevent any interferences or disturbances to the ecological balance of the environment. Use good management practices to protect air, water, and land . In the event of a chemical spill, the Contractor shall immediately notify the COR. After which, spills should be properly taken care of in accordance with OSHA requirements, pertinent provisions of Safety and Health Requirements publication EM 385 1 1, Department of the Army, Corps of Engineers, and all local, state, and federal environmental and occupational safety rules and regulations. 5. WASTE WATER PUMPING. 5.1. General. The Contractor shall deposit waste removed from latrines and hand wash stations under this contract to a site of the Contractors discretion off-post pursuant to all applicable local, State and Federal laws as apply.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01438660-W 20071024/071022223558 (fbodaily.com)
 
Source
FedBizOpps 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.