SOLICITATION NOTICE
99 -- Independence Pass Vault Toilet Pumping - AG-82BH-S-17-0008
- Notice Date
- 1/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Pike San Isabel National Forest, 2840 Kachina Drive, Pueblo, Colorado, 81008, United States
- ZIP Code
- 81008
- Solicitation Number
- AG-82BH-S-17-0008
- Point of Contact
- Melissa A. Maestas, Phone: 505-842-3240, Dave Rodriguez, Phone: 719-553-1432
- E-Mail Address
-
mamaestas@fs.fed.us, daverodriguez@fs.fed.us
(mamaestas@fs.fed.us, daverodriguez@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- FY17 Independence Pass Restroom Vault Pumping for the Leadville Ranger District. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate solicitation will not be issued. This solicitation, identified as AG-82BH-S-17-0008, is issued as a Request for Quotation (RFQ) and is attached, using the Simplified Acquisition Procedures. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The NAICS code is 562991 and the applicable small business size standard is $7.5 million. DESCRIPTION OF REQUIREMENT: FY17 Independence Pass Restroom Vault Pumping for the Leadville Ranger District. This is for One Base Year and up to Four Option Years. GENERAL PURPOSE: The focus of this contract is to pump out the waste vaults of the restrooms on Independence Pass in order to maintain safe and sanitary facilities for public use. The contractor shall provide all manpower, equipment, and services necessary for completing this task. Toilet Pumping services on a call when needed basis at the Independence Pass Restroom location in accordance with the attached schedule of items, specifications, attachments, terms and conditions. Vaults will need to be pumped approximately four to six times during the performance period depending on level of use, however this is dependent upon use levels and may exceed six times. 'Pumping' will be contingent upon factors, such as weather, usage. Payment will only be made after each "Pump Out" signified as a LOAD. Total loads for the 'Period of Performance' are undetermined. PROJECT LOCATION AND DESCRIPTION: South side of Highway 82, at the top of Independence Pass between Twin Lakes and Aspen. The legal description of this location is Township 11 South, Range 82 West, NW1/4 section 9. (39.108, -106.564 Degrees. Map Attached. INVOICING: Invoicing will be paid via Invoicing Processing Platform (IPP). ONLY. No exceptions. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Invoicing Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S.Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. NOTE: Contractors must be registered in the System for Award Management (SAM) in order to be eligible for award of a contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-2. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov/far. The following provisions and clauses apply to this commercial item acquisition: FAR 52.212-1, instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. SUBMIT OFFERS: If you are interested in submitting a quote, please do so by 4:30 p.m. Mountain Standard Time on January 31, 2017. Proposals can be electronically submitted to mamaestas@fs.fed.us Facsimile proposals will not be accepted. If a hardcopy is desired to be submitted, please contact Melissa Maestas, Purchasing Agent at 505-842-3240. 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, price and other factors considered. Best Value to the Government. Contact Michelle Mueggler at (719) 486-7409 for technical questions. If you have specific questions regarding the solicitation, please contact Melissa Maestas at 505-842-3240.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8ce12d30f2ccd7c732fe3924f95bf9e7)
- Place of Performance
- Address: Project Location and Description – The Contract Area is located on the south side of Highway 82, at the top of Independence Pass between Twin Lakes and Aspen. The legal description of this location is Township 11 South, Range 82 West, NW1/4 section 9. (39.108, -106.564 Degrees), There are two vault restroom buildings at this location. Each building has two underground vaults with 1000 gal. capacity each, for a maximum total capacity of 4,000 gal. The vaults each have a locked manhole cover for access located on the back side of the building., Leadville, Colorado, 80461, United States
- Zip Code: 80461
- Zip Code: 80461
- Record
- SN04383818-W 20170129/170127234505-8ce12d30f2ccd7c732fe3924f95bf9e7 (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 |