Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

46 -- Pump and Clean Sewage and Grease Holding Tanks Service, APG DPW

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-11-T-0371A
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
kimmie Edwards, 410-279-2372
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(kimmie.edwards@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-11-T-0371 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This requirement is 100% Small Business Set-Aside. The associated North America Industry Classification System (NAICS) Code is 562991 and the Business Size Standard is 500 employees. Description of Requirement: This is a non-personnel services contract to provide all services necessary to pump and clean septic and holding tanks, to clean grease traps, pump sewer distribution pits, manholes and tanks and to dispose of the contents. These services will be required in the Edgewood Area of Aberdeen Proving Ground, Maryland and at the Churchville Test Facility located on MD State Road 136 at Churchville, Maryland and Van Bibber Water Treatment Plant located on Edgewood Road Rout 755, Edgewood Maryland. The contractor shall provide all supervision, labor, materials, equipment, tools, transportation, disposal, quality control, inspections, licenses, permits and other items necessary to provide the pumping/cleaning/disposal of holding tanks for buildings. The septic tanks shall be pumped weekly, monthly, quarterly, semi-annually, or at least once annually or more often on an "as-needed-basis" as directed by the Contracting Officer's Representative (COR). Attachment "A" is a list of the current building locations and holding and capacities. The Government at their discretion will add or remove tanks to meet mission requirements. The contractor shall provide tankers with sufficient capacity to perform the pumping of sewage and grease as identified on Attachment "A". The tankers shall be equipped with an automated metering device for the purpose of recording actual quantities pumped. The contractor shall provide quantifiable evidence of calibration for the metering device. Motorized equipment used for hauling shall be water tight to prevent spillage and leaking of liquids. All spills or leads shall be reported immediately to the Contracting Officer Representative (COR). The contractor shall be responsible for all costs associated with clean up operations to include Government emergency response personnel. The contractor shall supply all vehicles and metering equipment required to perform under this contract and comply with all State and Federal motor vehicle standards, codes and regulations for hauling sewage waste. Vehicles are not permitted to drive on grass or lawn areas. Vehicles with accident surveillance cameras shall not be permitted on base. All vehicles/equipment furnished under this contract shall be maintained in such condition as to properly perform its intended task and to prevent damage to government facilities/equipment. Vehicles shall not leak operating oils or fluids. The contractor shall operate all vehicles and equipment in a safe manner in compliance with federal, state and installation's regulations. The contractor's vehicles shall be cleaned and sanitized at regular intervals to keep them free of odors. The Contractor shall not store vehicles or equipment on APG. The contractor shall provide the COR on the day of service a completed service ticket that identifies date of service, building number, size of tank, actual gallons pumped, and any problems or unusual conditions concerning the tank or surroundings. Note: Payment will be for actual gallons pumped from the tank. The contractor shall unload sewage pumped from the tanks identified in Attachment "A" at a point of discharge on APG, Edgewood Area designated by the COR. The contractor shall clean all grease traps to include scraping the walls and bottoms at intervals of every fourteen (14) days, schedule cleaning shall be on Thursdays, with allowances made for Government holidays and post closures, or as approved by the COR. Grease traps located inside buildings shall be cleaned manually to include scraping of sides and bottoms. The contractor shall remove the grease from the installation and dispose of at an off-post site and/or approved landfill for disposal. Emergency service calls from the COR shall required a response time by the contractor of 3 hours from the time the COR telephonically notifies the contractor of the emergency. The contractor shall provide the COR the names and telephone numbers of contact personnel for contact seven days a week and twenty four hours per day (24/7). An emergency will be at the discretion of the COR. BASE YEAR: CLIN 0001 QTY: 25 Gal Unit Price: Total: Description: Pump Sept tanks and holding tanks, sewer lift pits/wells, manholes and other tanks on the sewer distribution system at Edgewood Area, the Churchville Test Facility located on MD State Road 136 at Churchville and APG. FFP: Period of Performance: 26 Sept 2011 to 25 Sept 2012 NAICS Code for this requirement is 562991. Successful vendor must have NAICS code for item included on their CCR Listing. CLIN 0002 QTY: 15 Gal Unit Price: Total: Description: Clean grease traps CLIN 0003 QTY: 5 Gal Unit Price: Total: Description: Emergency response: Weekends and other than a schedule pumping CLIN 0004 QTY: 1 ea Unit Price: Total: Accounting for Contract Services The Office of the Assistant Secretary of the Army operates and maintains a secure Army Data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for the performance of this contract. OPTION I CLIN 1001 QTY: 25 Gal Unit Price: Total: Description: Pump Sept tanks and holding tanks, sewer lift pits/wells, manholes and other tanks on the sewer distribution system at Edgewood Area, the Churchville Test Facility located on MD State Road 136 at Churchville and APG. FFP: Period of Performance: 26 Sept 2012 to 25 Sept 2013 CLIN 1002 QTY: 15 Gal Unit Price: Total: Description: Clean grease traps CLIN 1003 QTY: 5 Gal Unit Price: Total: Description: Emergency response: Weekends and other than a schedule pumping OPTION II CLIN 2001 QTY: 25 Gal Unit Price: Total: Description: Pump Sept tanks and holding tanks, sewer lift pits/wells, manholes and other tanks on the sewer distribution system at Edgewood Area, the Churchville Test Facility located on MD State Road 136 at Churchville and APG. FFP: Period of Performance: 26 Sept 2013 to 25 Sept 2014 CLIN 2002 QTY: 15 Gal Unit Price: Total: Description: Clean grease traps CLIN 2003 QTY: 5 Gal Unit Price: Total: Description: Emergency response: Weekends and other than a schedule pumping NOTES TO OFFERORS: 1.Any applicable taxes should be included in all offers, and offerors should price this separately. 2.Offers shall note the approximate period of performance for Base year as starting 26 September 2011. 3.Award will be made to the offeror who provides the best value for the Government on the basis of lowest price, technically acceptable and 4 years of prior experience in the sewage pumping business. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications 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 (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.217-8 -Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-1 Contractor Inspection Requirements 252.211-7003 Item Identification and valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. 845723 Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 10:00AM, local prevailing time, September 19, 2011 via email to Kathleen.e.omara.civ@mail.mil at the US Army Contracting Command, Aberdeen Proving Ground, Installation Contracting Division, Attention: CCAP-SCI, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Kathleen O'Mara, Contract Specialist, via email at Kathleen.e.omara.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f06f26c3f23abbf38255f9dc4ca4c8e)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02570277-W 20110911/110910000726-1f06f26c3f23abbf38255f9dc4ca4c8e (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.