Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

W -- Support services at Umatilla Army Depot in support of ORARNG 41st STB TY 14 Annual Training

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10494515
 
Response Due
5/27/2014
 
Archive Date
6/26/2014
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.k.owens.mil@mail.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. The solicitation is 10494515 and is issued as a Request for Proposal (RFP). Request for Proposals are due by 27 May 2014, 4:00 p.m. (PST). The RFP will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 561210. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting proposals to procure the following services: The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary in support of the Oregon Army National Guard's Annual Training (AT) to be conducted at the Umatilla Army Depot (UAD) near Umatilla, OR for the 41st Infantry Brigade Combat Team (IBCT), Special Troops Battalion (STB). Services include sleeping tents, photo copier machines, portable showers (trailers), external shaving station trailers, light towers, refrigeration and freezer vans, dumpsters and portable chemical toilets in supporting approximately 400 Soldiers. The contractor will be required to coordinate with the Government COR for all site access, deliveries, set-up, maintenance and removal necessary to comply with the requirements of this contract. Offerors are cautioned to read the performance Work Statement for more information regarding this acquisition. 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 considering price and price related factors; all of none. CLIN 0001 - Sleeping tents: Provide serviceable tents for approximately 400 (340 Male and 60 Female) Soldiers. Each Soldier will be allotted 50 sqft of sleeping area. Enclosed tent will come with a minimum of 2 service doors per sleeping area. Tent requirements are as follows: 4 x 5000 sqft (male sleep tent), 1x 4000 sqft( female sleep tent). Tents shall be equipped with fire extinguishers, flooring, doors for each entry, and exit, partitions, HVAC, lights, distribution boxes, extension cords, and power outlets. Contractor is responsible for delivering, setting up, and removal of the tents and equipment. The contractor shall maintain, repair and provide necessary support services for tents during the specified time periods. The Government COR will direct tent setting and layout on base with the Contractor prior to the required set-up date. CLIN 0002 - Photo copier machines: Provide 2 photo copiers. Contractor is responsible for delivering, setting up and removing the photo copier machines with enough toner to support up to 500 pages per day. All maintenance and support of the photo copier (excluding paper) is to be provided by the contractor. The Government COR will direct placement of the photo copier machines with the contractor prior to the required delivery date. CLIN 0003 - Portable showers with shaving stations (trailers): Provide portable shower units and shaving stations for approximately 400 Soldiers (340 male and 60 female). Showers will have hot and cold running water; individual stalls will be partitioned with changing curtains for individual privacy, and Heating & Air conditioning will be provided. Shaving trailers are to be separate from the shower unit, will include sink, mirror and hot & cold running water. Contractor is responsible for delivering, setting up and removal of the showers and shaving stations. All maintenance and support of the equipment is to be provided by the contractor. Gray water will not be allowed to drain on the ground; gray water removal will be performed by the contractor. The Government COR will direct shower unit and shaving stations sitting on training site with the Contractor prior to the required set-up date. CLIN 0004 - External Shaving Stations:Portable shaving stations will external to the shower units and in addition to the hand washing stations. Station units shall provide a minimum of 20 sinks to support 400 Soldiers hygiene requirements consisting of shaving once a day and brushing teeth twice a day. Units will have disposable towels and have mirrors and be able to hold, drain and dispose of grey water in accordance with codes, regulations and laws. Grey water IS NOT ALLOWED to flow on ground on. Contractor will provide gray water collection and disposal. Secondary containment is required for any piece of equipment and or vehicle can hold over 55 gallons of a fuel or other petroleum products. CLIN 0005 - Portable Chemical Toilets and Hand Washing stations: Provide up to 45 outdoor style Portable Chemical toilets and 10 portable hand washing stations. Respond to requests for emplacement within 48 hours, the contractor shall clean inside and outside of all units every other day to where they are free of all human waste, soiled toilet articles and dirt. After emptying the units the contractor shall refill each unit with standard commercial sanitizing chemicals and enough toilet paper to last until the next scheduled service. The contractor shall maintain material safety data sheets (MSDS) in the contractor's vehicle for all applicable material used in the performance of this service. The contractor shall provide all labor, equipment, tools, materials, supervision and services necessary in connection with delivery, service and pick up of chemical latrines and hand washing stations at the UAD. When more than one unit is positioned at any location, the contractor shall place the units as close together as feasible for user convenience and organized appearance. The contractor shall use appropriate tie-down systems as necessary to ensure all units are secured in designated locations to prevent high winds from toppling them over. The contractor shall furnish replacement units for all units removed for maintenance, repair or units that have toppled over. The chemical latrines will be positioned, as requested, in a phased manner throughout the training area throughout the time period specified. The contractor shall relocate portable toilets as directed by the unit representative not to exceed 250 moves during the exercise. Billing will be submitted for only the number of portable toilets actually moved. The contractor shall dispose of all waste at an off-post location. The contractor may not dump wastes anywhere within UAD unless pre-coordinated and approved by Umatilla. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for any permits or fees associated with the use of off-post disposal locations. CLIN 0006 - Dumpsters: Provide 2 ea 30 yard dumpster. Respond to requests for emplacement within 48 hours. Contractor will empty dumpsters when within 75%-100% capacity. The contractor shall provide all labor, equipment, tools, materials, supervision and services necessary in connection with delivery, service and pick up of Dumpsters at Umatilla Army Depot. The contractor shall dispose of all waste at an off-post location. The contractor may not dump wastes anywhere within UAD unless pre-coordinated and approved by Umatilla. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for any permits or fees associated with the use of off-post disposal locations. CLIN 0007 - Light towers: Provide 6 light towers. Contractor is responsible for delivering, setting up and removal of the light towers. All maintenance and support of the equipment is to be provided by the contractor. The contractor shall deliver the light stations to the TTB and the Government will site/place the equipment as required. JP8 fuel will be provided by the government if equipment supports the use of JP8. CLIN 0008 - Refrigeration and freezer vans: Provide 1 refrigeration vans and 1 freezer vans for food and ice storage. Contractor is responsible for delivering, setting up and removal of the refrigeration and freezer vans. All maintenance and support of the vans is to be provided by the contractor. The Government COR will direct van placement on TTB Donaldson with the Contractor prior to the required delivery date. Requirements for request for information / clarifications: Offerors need to read the uploaded Performance Work Statement prior submitting a request for information / clarification. Questions will only be received via e-mail at jody.k.owens.mil@mail.mil. Please reference the paragraph number along with your question. Requirements for your proposal: Please submit a proposal on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: cage code, tax id number, company name, phone number, contact, and email. Submit your proposal via e-mail to jody.k.owens.mil@mail.mil. Offerors must be registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Centers at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION) (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligibility Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10494515/listing.html)
 
Place of Performance
Address: Umatilla Army Depot. Hermiston OR
Zip Code: 97838-9544
 
Record
SN03347322-W 20140426/140424234457-11f10d06a8ee5691e58e6c2b1319e578 (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.