Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

45 -- Vault Toilet Pumping Services Huron Manistee NF - SOLICITATION DOCUMENTS

Notice Date
4/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
12569R18Q0021
 
Archive Date
5/19/2018
 
Point of Contact
Debra K Brinn, Phone: 9897390728
 
E-Mail Address
dkbrinn@fs.fed.us
(dkbrinn@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Locations List Locations Map South Locations Map North Size list - please keep in mind that we would not wait for these to be full before calling for service Price Spreadsheet for use Solicitation Number 12569R18Q0021 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. This solicitation is issued as an RFQ. The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This procurement is set aside for small businesses. The NAICS code is 562991 and the Small Business Size Standard is $7.5M. Schedule of Items: Planned Dates of Activities: Spring, Summer and Fall of 2018 through 2022. The government intends to award this as a base award with 4 option years. There are 68 latrine vaults on the Huron Shores Ranger Station which need servicing. The purpose of the contract is to provide the pumping, removal of trash, rinsing, and refilling toilet vaults with 12-18 inches of water, adding an odor control chemical, and the disposal of liquid and solid waste at a state permitted treatment facility and proper disposal of any trash removed from the vault. A number of vaults will need to be pumped yearly, while others need to be pumped every other year. Occasionally a high use vault will need to be pumped twice in the same year. Locations: Alcona and Iosco Counties Pre-bid meeting: To Be Determined North Side Vicinity 1. AuSable Vista: from Glennie drive west on Bamfield Rd, site is at intersection of Bamfield and AuSable Rds. 2. Horseshoe Lake Campground: north of Glennie on M-65 to FS 4124, follow signs west on 4124 to site(about 1 mile) 3. Jewel Lake Campground: off M-72 take Sanborn Rd north, then west on Trask Rd to FS 4616 "Jewel Lake Recreation Area" 4. Jewel Lake Boat Launch: same as Jewel Lake CG 5. Pine River Campground: M-30 west of Mikada to FS 4121(Rearing Pond Trail) drive south to campground(on FS 4377) 6. Hoist Lakes-East: on M-65 just south of intersection with M-72 7. Hoist Lakes-West: travel north on AuSable Rd from AuSable Vista continue north onto FS 4516(Aspen Alley Rd) to site 8. Reid Lake: on M-72 between intersections of Ross and Kohler Rd. 9. Stout OHV Trailhead: on Stockton Rd near intersection with M-72 River Road, Oscoda Vicinity 10. Eagle Run Trailhead: off River Rd near Oscoda District Schools 11. Grass Lake Trailhead: off River Rd south on Grass Lake Road 12. Whirlpool Boat Launch: FS 4581 off River Rd River Road, west of Oscoda 13. River Road Trailhead: on River Rd west of FS 4415 and east of Cooke Dam Rd 14. Sawmill Point Campground and Boat Launch: off Cooke Dam Rd north of Sid Town Rd, on FS 2095 15. Lumbermans's Monument Campground: on River Rd near intersection of Monument Rd 16. Lumberman's Monument Visitor Center: intersection of River Rd and Monument Rd 17. Iargo Springs Interpretive Site: on River Rd near intersection of M-72 East Side, M-65 Vicinity 18. Liberty Road OHV Trailhead: from M-65 north of Hale, go west on Wickert Rd, site is on FS 4423 near intersection with Wickert Rd 19. Thompson's Landing: from M-65 north on Rollways Rd to Curtisville Rd, north to site (FS 4341) 20. South Branch Trail Camp, Group and Family: on Rollways Rd, campground Rd is FS 4359 21. Rollways Campground: Rollways Rd near intersection with M-65 22. Rollways Picnic Area: same as Rollways campground 23. Westgate Overlook: on M-65 between intersections of Rollways Rd and River Rd 24. Pine Acres Boat Launch: off M-65, just north of Five Channels Dam on Pine Acres Rd South Side Vicinity 25. Silver Valley Trailhead: on Monument Rd between Trout Pond Rd and Camel Rd 26. Corsair Trailhead: see Silver Valley Trailhead 27. Wright's Lake Trailhead: see Silver Valley Trailhead 28. Round Lake Campground: west on Camel Rd from Monument Rd, take right on Essex Rd,continue left on to Indian Lake Rd, continue on to indian Lake/Plank Rd then right on Latham Rd to Campground 29. Round Lake Boat Launch: see Round Lake Campground 30. Sand Lake Beach and Picnic Area: from Latham west on Indian Lake Rd to intersection of Indian Lake and Vaughn Rds, turn left on Indian Lake to Sand Lake Beach and Picnic Area 31. Sand Lake OHV Trailhead: from intersection of Indian Lake and Vaugn Rds, travel north on Vaugn Rd to trailhead Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred. The following Federal Acquisition Regulation (FAR) clauses and provisions, the Department of Agriculture Acquisition Regulation (AGAR) clauses and provisions, and supplemental terms and conditions apply to this solicitation and are incorporated by reference (IBR) or by full text into the solicitation and final awarded contract. Items IBR can be viewed in full text at http://www.acquisition.gov/far/ COMMERCIAL FAR CLAUSES AND PROVISIONS: 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017) 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2017) 52.212-4 Contract Terms and Conditions - Commercial Items (Deviation 2017-1) (AUG 2017) Deviation 2017-1 modifies paragraph r to remove reference to 41 U.S.C. 4712. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2017-1) (JAN 2018) (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.223-20, Aerosols (JUN 2016) (E.O. 13693) 52.223-21, Foams (JUN 2016) (E.O. 13693) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii)52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. OTHER CONTRACTUAL REQUIREMENTS AND TERMS AND CONDITIONS: FAR & AGAR CLAUSES: 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of the contract end date. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.223-2 Affirmative Procurement of Biobased Products Under Service And Construction Contracts. (SEP 2013) 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts (MAY 2008) 52.228-5 Insurance - Work on a Government Installation (JAN 1997) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.245-1 Government Property (JAN 2017) Alt 1 (APR 2012) AGAR 452.216-73 Minimum And Maximum Contract Amounts (FEB 1988) During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum of 3 units to be serviced. 452.211-74 Period of Performance. (Feb 1988) The period of performance of this contract is from Spring 2018 through Fall 2022. The Contractor shall maintain progress at a rate which shall assure completion and acceptance of work within the specified contract time. AGAR 452.228-71 Insurance Coverage (NOV 1996) FAR PROVISIONS: 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.207-6 Solicitations and Offers from Small Business Concerns and Small Business Business Teaming Arrangements or Joint Ventures (Multiple Award Contracts) (OCT 2016) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.217-5 Evaluations of Options (JUL 1990) 52.223-1 Biobased Product Certification (MAY 2012) Sustainable Acquisitions The Contractor shall comply with FAR Part 23 Sustainable Acquisition Policy and all associated laws, rules, regulations, and executive orders referenced therein. Contracts that include the supply of products and for the acquisition of services (including construction) that include the supply of products, require that the products provided are- (1) Energy-efficient (ENERGY STAR® or Federal Energy Management Program (FEMP)-designated); (applicable if FAR Clause 52.223-15 is included) (2) Water-efficient; (applicable if FAR Clause 52.223-15 is included) (3) Biobased; (applicable if FAR Clause 52.223-2 is included) (4) Environmentally preferable (e.g., EPEAT®-registered, or non-toxic or less toxic alternatives); (applicable if FAR Clause 52.223-13,14, or 16 are included) (5) Non-ozone depleting; (applicable if FAR clause 52.223-11,12,20, or 21 are included), and/or (6) Made with recovered materials (EPA-Designated products) (applicable if FAR clause 52.223-9 or 17 is included). (b) The required products in the contract actions for services include products that are- (1) Delivered to the Government during performance; (2) Acquired by the contractor for use in performing services at a Federally-controlled facility; or (3) Furnished by the contractor for use by the Government. C1.1 Sustainable products identified for this solicitation: Contractor shall research for available products. C1.1.1 Biobased Products: (requires reporting at www.sam.gov by 10/31 each year) http://www.biopreferred.gov C1.1.2 Environmentally Preferable Products: www.epa.gov/epeat. C1.1.3 Non-ozone Depleting Products: http://www.epa.gov/snap C1.1.4 EPA Designated Products: https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program All offerors must be registered in www.sam.gov in order to receive award. Obtaining a DUNS number and registering in SAM are free. Offers shall be submitted to: Debra Brinn at dkbrinn@fs@fed.us No later than 4 May 2018 at 2 p.m. Eastern Please include detailed breakdown of prices on the attached spreadsheet or similar sheet. Must include all future year prices. ***CONTRACTORS MAY QUOTE ON SPECIFIC AREAS/VICINITIES BUT ARE NOT REQUIRED TO QUOTE ON ALL VICINITIES. Please provide a quote for ALL locations within a vicinity that you are willing to provide service for. (IE a vicinity is North Side, River Road - Oscoda, River Road - West of Oscoda, East Side and South Side. If you would like to provide service for the south side make sure to include prices for all locations, 25-31). The government reserves the right to award multiple awards off of this solicitation. Each vicinity can be a separate award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/12569R18Q0021/listing.html)
 
Place of Performance
Address: Iosco and Alcona County, Michigan, United States
 
Record
SN04900340-W 20180427/180425230717-9b39fb87429ac9f61d909d054e0f5e71 (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  © 1994-2020, Loren Data Corp.