Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
SOLICITATION NOTICE

S -- Service (Pump out, Recharge, Restock Supplies) - Five Portable Restrooms at Kaloko Honokohau NHP, Kailua Kona, Hawaii

Notice Date
11/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - HAVO Hawaii Volcanoes NP National Park Service 1 Crater Rim Drive P.O. Box 52 Hawaii National Park HI 96718
 
ZIP Code
96718
 
Solicitation Number
Q8320080002
 
Response Due
11/28/2007
 
Archive Date
11/12/2008
 
Point of Contact
Ellen Cullen Contract Specialist 8089856007 ellen_cullen@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2. The solicitation number is Q8320080002 and is issued as a Request for Quotation (RFQ). This is a service contract and service contract wage rates apply. Wage determinations under the Service Contract Act can be downloaded from the following website: www.wdol.gov; Wage Determination No. 2005-2153, revision No. 7; Date of Revision 09/26/07. Requested periods of Performance: BASE YEAR - 1 (12/2007 - 11/2008) OPTION YEAR 1 - (12/2008-11/2009) OPTION YEAR 2 - (12/2009-11/2010). 3. This solicitation document and incorporated provisions and clauses are in effect through FAC 2005-18. The following provisions and clauses apply to this acquisition and the full text of these clauses and provisions may be viewed in full text at the following web site, http://acqnet.gov/far: a) FAR 52.212-1, Instructions to Offerors - Commercial Items b) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items c) FAR 52.212-4, Contract Terms and Conditions - Commercial Items d) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items e) 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict Labor; 52.222-36, Affirmative Action for workers with Disabilities; 52.222-41, Service contract Act of 1965, As Amended; 52.223-5, Pollution Prevention & Right to Know; 52.225-13, Restriction of Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of government Buildings, Equipment, and Vegetation. f) 52.217-8, Option to Extend Service; 52.217-9, Option to Extend the Term of the Contract; 52.232-18, Availability of Funds. 4. This solicitation is set aside for Small Business Concerns and the North American Industry Classification Systems (NAICS) code is 562991. The Size Standard is $6.5 Million. 5. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror's Representations with their offer, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 6. FAR 52.212-2, Evaluation-commercial Items a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: 1) Price - Base year and adding the options 2) Past Performance a) Timeliness of Performance b) Quality of Work c) Business Relations b) Contractor shall provide a minimum of three references with name of company, point of contact, and phone number for past performance. Award will be made to the offeror whose quote represents the best value to the Government, price and past performance combined, each being equal in importance. 7. FAR 52.215-5 - FACSIMILE Proposals WILL BE accepted at fax #808-985-6107. It is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes. 8. FAR 52.222-42 - STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. A) THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class Grade Rate Truck Driver WG-8-5 $28.97 9. DESCRIPTION OF REQUIREMENTS: SCOPE OF WORK A) The contractor shall provide all personnel, supervision, equipment, supplies, labor and all else necessary to service 5 (five) portable restrooms two (2) ADA Compliant and three (3) ADA Accessible Units, located at Kaloko Honokohau National Historical Park, Kailua Kona, Hawaii. The holding tank for all five (5) restrooms has a holding capacity of 68 gallons. Service shall consist of pumping out holding tanks, recharge with biodegradable deodorant/water solution with sufficient amount of liquid to cover the recirculation flush filter and transporting sewage for proper disposal in compliance with State and County Regulations. Contractor shall supply toilet paper and re-stock a minimum of two large rolls in addition to any unused portion left at each cleaning. Contractor shall be responsible for cleaning any overspills that might occur during the removal of the suction wand from the holding tank and/or sewage drips when disconnecting the suction nozzle from the truck storage container. Contractor shall submit a detailed breakdown of their proposal indicating direct material cost, equipment rates, labor and fringe rates, office overhead, field overhead, and profit. B) LOCATION AND SCHEDULE OF SERVICE: Kaloko Pond - Two Units Honokohau - Aiopio - Two Units Service - Weekly - Every Monday and Friday, between the hours of 6:00AM-12:00PM. Maintenance Yard - One Unit Service 1 day a week - Monday, between the hours of 6:00AM - 12:00PM C) CHANGES TO SERVICES - During the course of the contract, the schedule for service may vary slightly. The Government reserves the right to increase or decrease the service schedule at any time during the performance period at the rates specified in the contract. Contractor shall provide a single point of contact person for resolving issues with billing, service level, etc. D) SITE VISIT can be arranged by contacting Armando Ramos at (808) 329-6881, ext. 208 E) INVOICES shall be submitted monthly for services rendered and accepted to Hawaii Volcanoes National Park, P.O. Box 52, Hawaii National Park, Attn: Procurement Office and payments shall be by electronic deposit to Contractor's designated bank account.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2759438)
 
Place of Performance
Address: Kaloko Honokohau National Historical Park 73-4786 Kanalani St., suite 14 Kailua Kona, Hawaii
Zip Code: 96740
Country: US
 
Record
SN01451257-W 20071115/071113223858 (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.