Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

45 -- Portable Toilet and Hand Wash Units

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3458208A001
 
Archive Date
8/31/2008
 
Point of Contact
Bryan R Armstrong, Phone: 707-424-7754
 
E-Mail Address
bryan.armstrong-02@travis.af.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 FAR 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. Bids will be accepted on an all or none basis. The solicitation number is F3Z3458208A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense DCN 20080513. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 561720. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 4540. The Standard Industrial Classification (SIC) is $15 million. This request for quotation consists of the following items (all or none): Item 0001: Qty - 160, fully functional and presentable standard portable toilets Item 0002: Qty - 20, ADA functional and presentable standard handicap portable toilets Item 0003: Qty - 35, fully functional and presentable two station portable sinks Item 0004: Cleaning all units and sinks (30 and 31 August, 2008) Item 0005: Qty - 12 hours, Stand by time (truck and driver) - 30 Aug Item 0006: Qty - 12 hours, Stand by time (truck and driver) - 31 Aug ** SCOPE OF WORK** 1.0 SCOPE OF WORK: This contract is for providing, cleaning and maintaining usability of the (160) fully functional and presentable standard units, (20) ADA fully functional and presentable handicap portable toilets, (35) fully functional and presentable two station portable sinks, and to provide a fully functional and presentable an on-site manned stand-by truck for as needed services for two consecutive days. The contractor is to provide these services in a manner that will ensure the health and general well being of Expo attendees. The contractor shall provide all personnel, equipment, tools, materials, supervision, licenses, quality control, and other items and services necessary to complete this contract.. Contractor shall comply with all federal, military and state and local laws and regulations. 2.0 HOURS OF OPERATION: All portable toilets will be delivered and placed at predetermined locations at Travis AFB on August 28 and 29, 2008 between the hours of 0700 and 1600. The contractor will have a driver and truck available on Travis AFB to service the portable units from 0730 through 1730 hours on both the 30th and 31st of August 2008. Any deviations from this schedule will be scheduled with the Primary POC, Randall A. Anderson or the Secondary POC, Perry Owen. Both points of contact are located in building 878 on "V" Street. The phone number for Randall A. Anderson is (707) 424-0793 and Perry Owen is (707) 424-8407. 3.0 LOCATION: All work on this contract shall be performed on Travis AFB, CA 94535. 4.0 DESCRIPTION OF WORK: In support of Air Expo 2008, 160 standard portable toilets, 20 ADA handicap portable toilets, 35 two station sinks are to be placed on site at pre-designated locations (see attached map) beginning at the 28th and completed no later than the 29th at 1600 hours. All portable toilet units are to be serviced at least in the early PM of 30 August 2008 and prior to attendees arriving to Air Expo 2008 in the AM of August 31. In order for the stand-by driver to service all 215 units on August 30 and 31, 2008 the service truck will be parked in a pre-designated parking spot to minimize the distance needed to travel to service all units. The stand-by driver shall physically check all units periodically throughout the Air Expo to ensure they are clean, fully stocked with paper products, soap, water and units are fully operational from 0730 to 1730 hours on August 30 and 31. The units shall be picked up when the event is over no later than 1300 hours on September 1, 2008. The following outline of the principal features of work does not in any way limit the responsibility of the contractor to perform all work and furnish all materials required for a complete job within the intent and scope of the contract documents. 4.1 Contractor shall pump or evacuate the effluent from the portable toilet & hand wash station receptacles into the truck holding tank. 4.2 Contractor shall recharge the portable toilet receptacles & hand wash stations. 4.3 Contractor shall clean the interior of the portable toilets by scrubbing with brushes and towel drying. 4.4 Contractor shall provide toilet tissue, soap, and paper towels as needed 4.5 Contractor shall perform minor repairs to the portable toilets as needed 5.0 SITE CLEAN UP: The contractor shall remove all waste off base at the contractor expense. All waste shall be disposed of at a State of California approved disposal site. If a waste disposal site can be provided on Travis AFB property, authorized by the government, to be used for this special event, the contractor shall provide any cost savings to the government as a deduction on the final billing. 6.0 EQUIPMENT: The contractor shall provide all equipment and supplies required to complete the work, except for items specifically identified as being government furnished. Any government items provided to the contractor will be identified and if they are not deemed as being expendable they will be returned to the government in good working or usable condition as issued. Expendable items provided to the contractor by the government due to poor planning of stock will be reimbursed to the government by means of a deduction in the final billing using local market value. All units deemed non functional during the Air Expo, the government reserves the right to deduct all costs associated with those units deemed non functional during Air Expo 2008. 7.0 VEHICLES: The contractor shall provide all vehicles necessary to complete this contract. The contractor shall be able to transport all equipment, materials, supplies, and personnel to and from the job site to perform the required services. 8.0 WORKING CONDITIONS: Services shall be performed within portable toilet receptacles in use by Air Expo attendees. All work shall be performed to minimize interference to existing user(s). The contractor shall comply with all federal, state, and local laws pertaining to safety and fire codes. 9.0 CONTRACTOR EMPLOYEES: The contractor's foreman or representative(s) shall present a neat appearance and shall have the capability of speaking and understanding the English language. The Contractor shall identify an employee who has the authority to act on all contractual matters. The employee shall be present and available during normal duty hours. The Contractor shall not employ persons for work on this contract who are identified to the Contractor by the CO as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 10.0 SPECIAL REQUIREMENTS: With the large number of units covered in this SOW, the service truck will remain on-site to provide continuous stand-by maintenance service if needed. The maximum servicing range for the truck is approximately twenty feet away from each portable toilet to perform the above service requirements. The service truck will be parked in pre-designated parking spot to minimize the distance needed to travel to service all units. The contractor shall dump all waste from provided units on Travis AFB at a predetermined spot. (See Map) All maps and/or locations for the stand-by vehicles and portable toilet locations will be provided 7 days before the event due to planning of aircraft and vendor locations and due to security issues. 11.0 BASE SECURITY REQUIREMENTS. The Contractor's employees, performing grounds maintenance within secured areas at Travis AFB, shall obtain a security badge. The Contractor must provide a list of employees, to include social security number, first, middle, and last name to the CO, who will submit this information to the Security Forces and Pass/Registration for processing. Vehicle registration, proof of insurance, and a valid driver's license must be presented for all vehicles to be registered. The Contractor shall make sure all employees have the required training, certifications and comply with all federal, state, and local environmental requirements and/or laws 12.0 SAFETY. The Contractor shall conform to all safety regulations to include but not limited to: Occupational Safety and Health Administration (OSHA). The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. 52.233-4 Applicable Law of Breach of Contracts. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. 52.219-6, Notice of Total Small Business Set Aside. 52.219-28 Post Award Small Business Program Representation. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 52.222-50 Combating Trafficking in Persons. 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. 252.204-7004 Alt A, Required Central Contractor Registration. 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 52.247-7023 Transportation of Supplies by Sea Alternate III. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001, Contract Terms and Conditions (Deviation). AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. 52.222-41 Service Contract Act of 1965. 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. Vendors must be actively registered with the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA). The CCR website is http://www.ccr.gov and the ORCA website is https://orca.bpn.gov Contractors are also asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCC flight, no later that 3:00 p.m. PST on August 13, 2008. Quotes may be transmitted by e-mail or to FAX number (707) 424-5189. The point of contact for this solicitation is Bryan Armstrong, Contract Specialist, (707) 424-7754, bryan.armstrong-02@travis.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c8c532e9d36f6b41e734869135991b62&tab=core&_cview=1)
 
Place of Performance
Address: Travis AFB, Fairfiled, California, 94533, United States
Zip Code: 94533
 
Record
SN01633905-W 20080809/080807222815-c8c532e9d36f6b41e734869135991b62 (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.