Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOLICITATION NOTICE

W -- LATRINE AND HANDWASH STATIONS

Notice Date
2/7/2008
 
Notice Type
Solicitation Notice
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-08-0206A
 
Response Due
2/11/2008
 
Archive Date
4/11/2008
 
Point of Contact
DONNA PROCTOR, 760-380-5013
 
E-Mail Address
Email your questions to ACA, Fort Irwin
(donna.proctor@us.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 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 acquisition is for a small business set-aside. Items required is for an estimated quantity of 135 latrines and 11 handwash stations. Locations will be determine at the time of award. PERIOD OF PERFORMANCE WILL BE FOR 90 DAYS COMMENCING ON 12 FEBRUARY 2008 AND ENDING ON 12 MAY 2008 Rental and service of portable latrines and handwash stations at various s ites on the National Training Center, Ft. Irwin, California. Price shall include delivery, set-up, daily service, and removal of portable latrines, handwash stations, and related equipment. The NAICS Code is 562119, Portable toilet renting and/or servici ng. toiletries. Portable latrines will be delivered to the locations and in the quantities listed below: Contractor shall start set up when necessary to ensure set up is complete and equipment serviceable and ready for use on the first performance day. Contractor shall provide daily service to clean and service portable toilets and handwash stations. Contractor shall provide toilet paper for portable toilets and water, soap, and paper towels for handwash stations. NOTE: due to the nature of the t raining exercises be conducted, the performance dates may shift slightly. In the event this happens, the Contracting Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The US Government shall not be charged for equipment r eturned early. STATEMENT OF WORK This is a contract for the leasing of desert-sand colored portable latrines (25 gallon minimum capacity.) The contractor shall furnish all Labor, tools, materials, vehicles, equipment, transportation, superv ision and other items necessary to provide rental, delivery, relocation, pick-up, service, and repair of portable latrines at various sites PERSONNEL. A. CONTRACTOR'S PROJECT MANAGER AND SUPERVISORS. 1. The contractor shall provide a pro ject manager and supervisors to ensure the performance of the work. The project manager shall have full authority to act for the contractor during performance of work. 2. The contractor shall provide the telephone number of the project manager so t hat he/she may be contacted at all times during & after normal work hours. The project manager shall contact Government personnel within t wo hours of a request from the Contracting Officer or Contracting Officer representative. B. IDENTIFICATION O F CONTRACTOR'S EMPLOYEES 1. Each employee of the contractor shall conspicuously display on his/her person while p erforming services in accordance with resultant contract, an identification card, which shall include the full of the employee, the leg al name under which the c ontractor is doing business, and a badge serial number. 2. The contractor, before initiating the performance of work shall provide the Contracting Officer with a written List of all employees who shall perform the work und er this contract. The List shall include the full name, and badge serial number of each employee. The contractor shall notify the Contracting Officer, in writing, of any addition or deletion to the personnel roster within one day of such change. 3. When di rected by the Contracting Officer, the contractor shall remove any employee from assignment to perform services under this contract for any reasons of misconduct or breaches of security in connection with his/her employment. This will be verified by the La w Enforcement Agency on National Training Center, Fort Irwin. C. LOST & FOUND PROPERTY. It is the responsibility of the contractor to ensure all articles of possible personal or monetary value found by the contractor's employee s are turned in to the Security Office, or the Provost Marshal's Office (PMO) Fort Irwin, California. D. UNFORESEEN POST/RANGE CLOSURES. When an un foreseen post closure occurs on a regular scheduled day of work, the contractor will not be required to perform the work scheduled for that day. Services shall be performed upon access to previously closed areas being granted. Failure to perform servic es could result in health and safety issues. E. RANGE CLEARANCE & ROAD CLOSUR ES. The Contractor shall obtain a Range Pass from Range Support and ensure Range Support is contacted before entering any range area. In addition, during Live-Fire W eek, Contractor shall ensure employees contact the Live Fire Operations Non-Commissione d Officer in Charge, directly at (760)380-6063, prior to making any trips down range. F. HOURS OF OPERATION. Services under this contract will be perfor med during daylight hours, including Saturday, Sunday and Federal Holidays. G. CAL-OSHA. California Occupational Safety & Health Administration (CAL-OSHA) & Army Safety Regulations. The NTC safety office will verify that these regulations & standards are met. H. GOVERNMENT FURNISHED PROPERTY AND SERVICE S. The Government will furnish no materials, equipment, or services. I. CONTRACTOR FURNISHED PROPERTY, EQUIPMENT, AND SERVICES. 1. Each item of equipment or prope rty furnished under this contract shall be in sa fe operational condition, and shall comply with the Federal Safety Standards, the American National Standards, and State Safety Regulations applicable to this equipment or property. If the Contracting Offic er determines that any item of equipment or proper ty furnished is not suitable for performance under this contract, the Contracting Officer shall promptly inform the contractor in writing. 2. All materials necessary for provision of services descr ibed herein shall be provided by the contr actor. When not in use under the terms of this contract, units may be stored at the Contractors facilities. 3. Contractor shall provide communications capability for the Project Manager to allow constant communications contact between Project Man ager, Range Control, the Contracting Officer, and the Live Fire Operations NCOIC. Each of the contractor s trucks shall be equipped with communications equipment to allow for constant communication between projec t manger, range control and drivers regardi ng latrine additions, relocations, or problems and their location down range. If a cellular phone is to be used for communications, the contractor shall provide the telephone number(s) to the contracting Offi ce and range control upon start of the contract . If radios are to be used for communications, frequencies must be coordinated through Spectrum Management, and the contractor must provide a radio to the Cont racting Officer for the duration of the cont ract. J. PUMPING EQUIPMENT. 1. Desert terrain conditions consist of open areas, mountain ranges, valleys and hills. Temperatures; average summer high l00 degrees F average w inter low 37 degrees F. Precipitation; 4 to 6 inches per year. High winds are common. 2. Pumping trucks; at least one with four wheel drive capability, is required to be available throughout the contract period as well as equipment large e nough to move latrines to training and support area locations. <B R>3 A ten-pound ABC type fire extinguisher shall be provided by the contractor for any contractor vehicles servicing portable latrines at or near live fire imp act area(s). The t en-pound fire extinguisher shall be tested, approved, and fully charged. K. PERFORMANCE. . PROVIDE CHEMICAL LATRINES. 1. Delivery shall include set up, daily servicing and removal. Each latrine shall be in se rvic eable condition. COLLAPSIBLE LATRINES ARE NOT ACCEPTABLE. Latrines will have no holes in the walls, no chemical leaks, and doors, hinges and latches shall operate as intended in original design. Each latrine shall be completely enclosed with roof venti lat ion to release odors. Vents shall be screened to preclude the entry of insects. 2. Material used for construction of the latrines shall be FIBERGLASS or PLASTIC and be impervious to moisture or treated with an effective sealer. All cons truction jo ints shall be sealed and contoured to prevent accumulation of dirt. 3 All latrines shall be sand colored completely, painted with lusterless enamel finish on the exterior. 4 Container tanks shall be water tigh t with outside vents secured t o the tanks. The tanks shall be constructed of heavy gauge galvanized metal, plastic, or fiberglass. 5 Each Latrine shall be equipped with toilet tissue, tissue holder, toilet seats cover, urinal and one clot hes hook. Latrine shall hold sufficient rolls of toilet tissue to Last between contractor visits. The doors shall be self-closing, tight fitting (within 1/2 inch of door frame), and shall have an inside lock & outside handle. 6 The urinals and toi let seat shall be rustproof and of a ma terial having a non-absorbent finish. Urinals shall be securely fastened to the tank or structure. Urinal drains shall have adequate drain flow and/or gravity feed to the holding tank to prevent overflow from the urin al fixture. L. LOCATION. <B R>Latrines will be placed throughout the entire National Training Center, to include locations 35-45 miles beyond Main Post into the training areas. The terrain in many areas is rough, and there are no paved roads outside of the main ca ntonments area.<BR > M. PROVIDE SERVICE. 1. Servicing shall occur on a daily basis throughout the contract POP. At a minimum, servicing shall include the following: the complete removal of all waste products, cleaning of the inter ior of the waste holding tank with a commercial grade cleaner, and the cleaning of the toilet seat & cover with a commercial grade bactericide. The waste tank shall be recharged with a sufficient quantity of chemicals to ensure an odorless unit. ALL seats, doors, walls, and floors sh all be cleaned and sanitized. The supply of toilet 2. Immediately after servicing and sanitizing chemical latrine units, contractor shall enter the date and time the unit was serviced. This data will be electronically annotated. Also, informati on will be entered on a Service Report of Contractors choosing. This form will be turned in at the end of each week for each latrine serviced that week to the Contracting Officers Representative (COR). The COR will verify the service was performed and sign the Service Report Form s tating such. 3. Extreme care shall be taken by the contractor to prevent any spillage of waste during the cleaning process. In the event of a spill, the contractor shall clean the area contaminated by the spillage. In addition, the contrac tor shall report the type and kind of spill with a sample to Department of Public Works (DPW) Environmental branch (TEL # 380-3410), no Later than 9:00 A.M. the next workday after the incident. 4. The contractor shall main tain the Latrine units as often as necessary to keep them water tight, fly proof, neat and in sanitary condition. The Contracting Officer or an authorized representative may conduct inspections of the Latrines, at any time, to insure compliance with this r equirement. 5.Latrines shall be placed on a level surface with the door facing away from prevailing winds and anchored down to prevent tipping over durin g high wind conditions. The Government will not be responsible for any damage caused by winds. 6. Each Latrine shall be imprinted with the contractor's name and shall be individually numbered. Letters and numbers shall be either white or brown and 3 inches high. In addition, the Latrines will be marked with the following: PRIVATE PROPERTY DO NOT MOVE TO ANOTHER LOCATION. 7. Prohibited chemical toilet additives shall be in accordance with the California Code of Regulations, title 22, Chapter 41, Prohibited chemical toilet Additives, paragraphs 67410.1, 67410.2, 67410.3, and 67410.4. 8. The contractor shall submit a List of chemicals used in accordance with FAR 52.223-3, DFAR 52.223-7001 and CAL-OSHA. 9. ALL costs associate d with the containment and/or disposal of hazardous waste will be borne solely by the contractor. 10. During the course of rotations, there are occasional incidences of foreign objects being disposed of in the Latrine tanks. The contractor shall screen waste effluent to be dumped to ensure that cans, bottles, rags, c loth, or any foreign objects are not in the waste tank. CAUTION, If by chance any type of ordinance is discovered, stop work immediately and notify the emergency ordinance disposal (E OD) squad at 380-4092, 24 hours a day. 11. The contractor shall not enter restricted or off Limit areas. N. INITIAL DELIVERY AND RELOCATION OF UNITS. 1. Each line item on the contract schedule will be regarded as an initial deliver y point. All moves not listed in the original schedule will be consi dered relocations and treated as additional work. 2. Delivery points will be identified by either building vicinity number (main catonement area) or by FOB names. 3. The contractor shall coordinate with the Contracting Officers Represent ative (COR) at each site to assure that latrines are placed at the correct locations. 4. The contractor shall remove latrines from training locations or support areas within fort y-eight (48) hours after performance period has ended. O. NOTIFI CATION/RESPONSE The project manager will be accessible by regular or cellular phone twenty-four (24) hours every day. P. DUMPING OF WASTE. 1. The contractor ma y dump wastes to be processed by the Fort Irwin Sewage Treatment Plant located at, DPW sewage dump point on 7th Street behind building 661. This dumping station will be the only authorized dumping station on Fort Irwin. Contractor is prohibited from dumpin g anything other than the waste collected on the National Training Center. 2. The maximum amount of waste to be dumped at the dumping station shall be 3000 gallons per day, with no per hour or per minute limits. Any amount of waste greater that 3 000 gallons per day shall be dumped at an approved county or city waste disposal site. All costs associated with effluent dumping in excess of this amount must be calculated as part of the bid price. Dumping shall be i n accordance with applicable Federal , State, Local Laws, Ordinances and regulations. Q. CONTRACTING OFFICERS REPRESENTATIVE AND THEIR AUTHORITY. 1. The Contracting Officer may designate individual(s) to act as the Contracting Officers Represe ntative(s) (COR) under this con tract. Such designations will be made by letter from the Contracting Officer with an information copy furnished the Contractor. The COR staff will represent the Contracting Officer in the administration of the contract but will not be authorized to chang e any of the terms and conditions of the contract. 2. No oral statements of any person, whomsoever, will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer shall be the only person authori zed to approve changes in any of the requirements under this contract, notwithstanding any provisions contained elsewhere in this contract, and said authority s hall remain solely with the Contracting Officer. CORs shall be limited to the authority specified in their letter of appointment. 3. The COR may appoint a Technical Monitor as an assistant. The Technical Monitor is responsible for evaluating an d reporting on contractor performance. Any company that believes it can demonstrate the ability to comply with the stated requirements listed above, they must comply with the following: Offeror must indicate the maximum time required to effect deli very. Prices quoted shall be F.O.B. Destination prices. Service will be performed at Fort Irwin, CA. The Government contemplates award of a Firm Fixed Price award resulting from this solicitation. FAR Provision 52.212-1, Instructions to Offerors - Com mercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) an d (h) are deleted. FAR Provision 52.212-2, The Government intends to make a single award to the lowest responsive, responsible offeror whose quotation conforms to the solicitatio n and is most advantageous to the government considering price and non-price related factors. Offerors shall include a completed copy of the provision at FAR 52.2 12-3 ALT I, Offeror Representations and Certifications - Commercial Items, with their quotat ions. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acqui sition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222-21, Notice to the Government of Labor Disputes; 52.222-26, Equal Opportunity; 52.222- 35, Equal opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-36, Affirmative Action for workers with disabi lities; 52.222-37, Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-1 5, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds T ransfer of Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Sta tues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies t o this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Electronic Submission of Payment Requests; 252.247-7023, Transportatio n of Supplies by Sea; 252.243-7002, Requests for Equitable Adjustment . Offers are due no later th an 09:00 A.M. PST, 11 Feb 2008. All responsible concerns may submit an offer which will be considered by the agency. Submit quotes via facsimile to (760) 380-3693 and/or email to donna.proctor@us.army.mil. Contact Donna Pr octor at 760-380-5013
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01503261-W 20080209/080207231311 (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.