Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2008 FBO #2350
SOLICITATION NOTICE

99 -- Lease of portable latrines and handwash stations

Notice Date
5/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W9124B08C0704
 
Response Due
5/5/2008
 
Point of Contact
William Garris, 7603804772
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Request for Quote (SUPPLIES and SERVICES) Solicitation number: W9124B-08-C-0704 (This is a RFQ) 01 May 2008 SAF (52.232-18) Subject to the Availability of Funds NTC Rotation 08-07, 2-1 ID, 08 May 2008 14 June 2008 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. The NAICS Code is 562991, Portable toilet renting and/or servicing. The SIC code is 4953. The FSC is W085, Lease or Rental of Toiletries. Request For Quote Issued (RFQ): 01 May 2008 Request For Quote Close (RFQ): 05 May 2008 @ 12:00 PM Request For Quote Received: _______________ Contracting Officer: CPT Garris, William Email: wag.cco@gmail.com Phone #: (760) 380-4472 Fax: (760) 380-3693 NOTICE OF SET ASIDE: This acquisition is set aside for: SB:HUB ZONE SB:8A:UNRESTRICTED: XX EVALUATION CRITERIA FOR THIS ACQUISITION: Price Alone: Price and Delivery: XX Price and Other: REQUIREMENT The following supply or service is required to support 2-1 ID NTC Rotation 08-07 at Fort Irwin, CA. CLIN 0001: LEASE OF PORTABLE LATRINES AND HANDWASH STATIONS CLIN 0001A: FOB Miami (NV589054) Portable Latrines 80 ea15MAY08 7JUN08 Handwash Stations22 ea15MAY08 7JUN08 CLIN 0001B: JSS Al-Jaff (NV 216193) Portable Latrines2 ea23MAY08 7JUN08 Handwash Stations1 ea23MAY08 7JUN08 CLIN 0001C: FOB Dallas (NV 470983) Portable Latrines30 ea23MAY08 7JUN08 Handwash Stations20 ea23MAY08 7JUN08 CLIN 0001D: FOB Seattle (NV238200) Portable Latrines34 ea23MAY08 7JUN08 Handwash Stations10 ea23MAY08 7JUN08 CLIN 0001E: COP Medina Wasl (NV 368117) Portable Latrines13 ea23MAY08 7JUN08 Handwash Stations5 ea23MAY08 7JUN08 CLIN 0001F: JSS Al-Sharq (NV 571162) Portable Latrines10 ea23MAY08 7JUN08 Handwash Stations4 ea23MAY08 7JUN08 CLIN 0001G: JSS MAA (NV 543011) Portable Latrines10 ea23MAY08 7JUN08 Handwash Stations4 ea23MAY08 7JUN08 CLIN 0001H: FOB Denver (NV 449112) Portable Latrines46 ea23MAY08 7JUN08 Handwash Stations14 ea23MAY08 7JUN08 CLIN 0001I: JSS Abar Layla (NU 352970) Portable Latrines27 ea23MAY08 7JUN08 Handwash Stations23 ea23MAY08 7JUN08 CLIN 0001J: FOB King (NV354141) Portable Latrines112 ea23MAY08 7JUN08 Handwash Stations38 ea23MAY08 7JUN08 CLIN 0001K: Draw Yard Portabale Latrines25 ea13MAY08 24MAY08 Handwash Stations10 ea13MAY08 24MAY08 CLIN 0001L: Draw Yard Portabale Latrines25 ea6JUN08 14JUN08 Handwash Stations10 ea6JUN08 14JUN08 CLIN 0001M: FOB Warrior (NV302015) Portable Latrines120 ea16MAY08 23MAY08 Handwash Stations15 ea16MAY08 23MAY08 CLIN 0001N: FOB Warrior (NV302015) Portable Latrines120 ea07JUNE08 17JUNE08 Handwash Stations15 ea07JUNE08 17JUNE08 CLIN 0001O: Yermo Portable Latrines10 ea11MAY08 19MAY08 Handwash Stations2 ea11MAY08 19MAY08 CLIN 0001P: Yermo Portable Latrines10 ea2JUN08 17JUN08 Handwash Stations2 ea2JUN08 17JUN08 CLIN 0001Q: RUFMA Portable Latrines30 ea14MAY08 22MAY08 Handwash Stations6 ea14MAY08 22MAY08 CLIN 0001R: RUFMA Portable Latrines30 ea6JUN08 15JUN08 Handwash Stations6 ea6JUN08 15JUN08 Service: Rental of PORTABLE LATRINES AND HANDWASH STATIONS The estimate contains a variance of 25% plus or minus initial quantities estimated. Initial placement locations may change. Dates may vary by 2 days and will be determined at time of requirement. FOB: Destination INITIAL DELIVERY AND RELOCATION OF UNITS. 1. Each line item on the contract schedule will be regarded as an initial delivery point. All moves not listed in the original schedule will be considered 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 Representative (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 forty-eight (48) hours after performance period has ended. NOTIFICATION/RESPONSE The project manager will be accessible by regular or cellular phone twenty-four (24) hours every day. ITEM SERVICING. 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 interior 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 shall be cleaned and sanitized. The supply of toilet tissue shall be restocked at each servicing. DUMPING OF WASTE. 1. The contractor may dump wastes to be processed by the Fort Irwin Sewage Treatment Plant. Dumping shall be in accordance with applicable Federal, State, Local Laws, Ordinances and regulations. VENDOR INFORMATION Vendor Name: Phone: Fax: Email Address Delivery Time: Discount Terms: Cage Code: Tax ID No: TERMS AND CONDITIONS 52.211-6 Brand Name or EqualAPPLICABLE ____NOT APPLICABLE ____ If applicable, complete the following: NOTE: Prospective Quoters must provide descriptive literature if quoting equal product. 52.000-4028 Bidding On Brand Name or Equal In accordance with FAR Clause 52.211-6, Brand Name or Equal, the following products are being offered: CLIN 1Bidding On: Brand Name/Equal: Part No./Model: Bid amount: CLAUSES INCORPORATED INTO FINAL AWARD The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular and Regulations. The following clauses will be incorporated into the final award: By Reference: 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.246-2 -- Inspection of Supplies -- Fixed-Price. 252.204-7004 Alternate A, Central Contractor Registration. By Full Text: a. 52.000-4000 b. 52.000-4005 (If paying with GPC Payment Card) c. 52.212-5 d. 52.217-6 e. 52.217-7 (If option is included as a separately price CLIN) f. 52.217-9 g. 52.243-1 h. 52.247-27 i. 52.252-2 j. 252.212-7001 k. 252.232.7003 (For Payment by DFAS) l. 252.246-7000 PAYMENT: 52.000-4047 GENERAL PAYMENT INFORMATION 1. ACCEPTANCE OF GOVERNMENT COMMERCIAL CREDIT CARD Payment by Credit Card, establishes use of a Government Commercial Credit Card as another means for payment of services/supplies ordered against a requirements contract. Bidders/offerors are requested to indicate (by placing a check mark at the beginning of the following paragraphs) whether they will accept the credit card as a method of payment when used by the ordering agencies. (a) [?????] I will accept the Government commercial credit card, and offer the following discount for this requirement placed using the credit card: VISA, William Garris. (b) [?????] I will accept the Government commercial credit card, but elect not to offer any discount for this requirement using the credit card. (c) [?????] I elect not to accept the Government commercial credit card for payment for services/supplies issued against this requirement. (NOTE: Discounts offered in connection with the credit card will not be used in the evaluation of the offer.) 2. PAYMENT BY GOVERNMENT COMMERCIAL CREDIT CARD (a) The Government Commercial Credit Card means the uniquely numbered credit card issued by the contractor, currently U. S. Bank, to named individual Government employees to pay for official Government purchases. (b) The Government may use the credit card to pay for oral or written delivery orders. Oral delivery order means an order placed orally either in person or by telephone, which is paid for by Government Commercial Credit Card. (c) The Contractor, to which this contract is awarded, shall not process a transaction for payment through the credit card clearinghouse until the purchased supplies have been shipped, received and inspected, if required, or services performed and inspected. Unless the cardholder requests correction or replacement of a defective or faulty item in accordance with other contract requirements, the contractor shall immediately credit a cardholder's account for items returned as defective or faulty. (d) If the Contractor has chosen to accept the Government credit card for payment, payment will be made by Government payment card. After receipt of an original and three (3) copies of the Contractor's invoice and verification of receipt/acceptance of supplies or services, Contractor will be contacted by the Acquisition Contracting Office, Fort Irwin. If the Contractor has evidence of receipt by the Government and has properly invoiced the Government, but has not been contacted within a reasonable time from date of submission of the invoice, please contact the MSG Gonzalez at phone number (760) 380-3853 or FAX numbers (760) 380-3693 to make arrangements for payment. Acceptance of payment by credit card renders inapplicable the clause at FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. 3. ELECTRONIC FUNDS TRANSFER (EFT) PAYMENT If Contractor has chosen NOT to accept the Government credit card for payment, payment will be accomplished by electronic funds transfer, in accordance with FAR 52.232-33, the Contractor shall render original invoice and three (3) copies to the address contained in the Payment Will Be Made by Block on Page 1 of the order/contract. 4. MINIMUM INVOICE REQUIREMENTS FAR 52.232-25, Prompt Payment Act, requires the following information, as a minimum, for an invoice to be considered acceptable. (i) Name and address of the Contractor. (ii) Invoice date. (The Contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) (iii) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (v) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. If freight/shipping costs have been separately proposed and appear as a separate line item on this order or contract, only one (1) payment can be made against that line item. Multiple payments against this line item will not be made. Therefore, such charges shall be consolidated and billed in one consolidated invoice. The invoice shall include supporting documentation for the total amounts billed. (vi) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (vii) Name (where practicable), title, phone number, and mailing address of person to be notified in the event of a defective invoice. (viii) Any other information or documentation required by the contract (such as evidence of shipment). (ix) While not required, the Contractor is strongly encouraged to assign an identification number to each invoice. A. CONTRACTOR'S PROJECT MANAGER AND SUPERVISORS. 1. The contractor shall provide a project 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 that he/she may be contacted at all times during & after normal work hours. The project manager shall contact Government personnel within two hours of a request from the Contracting Officer or Contracting Officer representative. B. IDENTIFICATION OF CONTRACTOR'S EMPLOYEES 1. Each employee of the contractor shall conspicuously display on his/her person while performing services in accordance with resultant contract, an identification card, which shall include the full of the employee, the legal name under which the contractor 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 under 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 directed 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 unforeseen 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 services 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 Week, Contractor shall ensure employees contact the Live Fire Operations Non-Commissioned 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 performed 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 property furnished under this contract shall be in safe 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 Officer determines that any item of equipment or property 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 described herein shall be provided by the contractor. 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 Manager, Range Control, the Contracting Officer, and the Live Fire Operations NCOIC. Each of the contractors trucks shall be equipped with communications equipment to allow for constant communication between project manger, range control and drivers regarding 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 Office 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 Contracting Officer for the duration of the contract. J. The contractor shall not enter restricted or off Limit areas. K. INITIAL DELIVERY AND RELOCATION OF UNITS. 1. The contractor shall coordinate with the Contracting Officers Representative (COR) at each site to assure placement at correct locations. 2. The contractor shall remove tents from training locations immediately after performance period has ended. L. NOTIFICATION/RESPONSE The project manager will be accessible by regular or cellular phone twenty-four (24) hours every day. M. CONTRACTING OFFICERS REPRESENTATIVE AND THEIR AUTHORITY. 1. The Contracting Officer may designate individual(s) to act as the Contracting Officers Representative(s) (COR) under this contract. 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 change any of the terms and conditions of the contract. 2. No oral statements of any person, whosoever will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer shall bethe only person authorized to approve changes in any of the requirements under this contract, notwithstanding any provisions contained elsewhere in this contract, and said authority shall 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 and reporting on contractor performance. 5. PAYMENT PROBLEMS If payment problems persist after contacting the appropriate number above, you may contact your contract administrator at wag.cco@gmail.com 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 delivery. 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 - Commercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) and (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 solicitation and is most advantageous to the government considering price and delivery. Offerors shall include a completed copy of the provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items, with their quotations. 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 acquisition 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 disabilities; 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 Transfer of Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to 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, Transportation of Supplies by Sea; 252.243-7002, Requests for Equitable Adjustment. Offers are due no later than 12:00 P.M. PST, May 05, 2008. Anticipated award is to follow. 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 wag.cco@gmail.com. Contact CPT Garris, William at 760-380-4472 Contingency Contracting Officer NTC Rotation 08-07.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=649ccbcdf2c6f5728be2f9b52466ba37&tab=core&_cview=1)
 
Place of Performance
Address: Ft Irwin NTC Ft Irwin CA
Zip Code: 92310
 
Record
SN01564462-W 20080503/080501215118-1cfb5b2b8bda70a9f2fdbdf9f0a91f95 (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.