Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

S -- Portable and Vault Toilet Cleaning and Pumping Services

Notice Date
2/13/2020 4:20:56 PM
 
Notice Type
Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
USDA FOREST SERVICE SANDY OR 97055 USA
 
ZIP Code
97055
 
Solicitation Number
12046W20Q0008
 
Response Due
2/19/2020 4:00:00 PM
 
Archive Date
02/19/2020
 
Point of Contact
Mindy Hickman, Lorie Hutton, Phone: 5036222020
 
E-Mail Address
mindy.hickman@usda.gov, lorrie.hutton@usda.gov
(mindy.hickman@usda.gov, lorrie.hutton@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Project Name: 2020 Zigzag Portable Toilet Services.� �UPDATED 2/13/20 1. schedule of items -additional locations added - little zigzag, Salmon River West, hidden lake 2. Location Removed - Paradise Falls trailhead 3. Response date extended to 2/19/20 4. North Compound is the location of the dumpster for trash disposal, no portable toilets will be placed here. 5. New Map with additional locations added, old map removed. This is a 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; quotes/proposals are being requested. The solicitation number 12046W20Q0008 and attachments are issued as a Request for Quotation (RFQ); under the Simplified Acquisition Procedures (SAP), Part 13.5 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This is a total small business set-aside with an associated NAICS code of� 562991 and small business size standard of____$7.50 M_____. PSC:� S- Other Housekeeping Services Attached ""Schedule of Items"" are this solicitation's list of contract line item number(s) and items, quantities and units of measure. Description of requirements: Note: See attached ""Performance Work Statement"" for work requirements, specifications, site specific locations and periods of performance, acceptable quality levels, monitoring method and incentives and deductions for meeting or not meeting the performance standards The contractor is responsible for providing supervision, all labor, transportation, operating supplies, Portable toilets, all necessary toilet pumping equipment and incidentals necessary to perform all the requirements in this contract. Contractor is to pump and dispose of all waste products removed from the toilets in accordance with State and Federal regulations Portable Toilets shall be chemical type toilets which shall be placed on site by the contractor at the specified locations identified in the site locations. This contract involves pumping and cleaning services to portable toilets and vault toilets located at recreation fee sites throughout the Mt Hood National forest Zigzag ranger district. Cleaning of facilities, pumping of two 800-gallon vault units (as needed) and trash removal are also included in this contract. The period of performance of this contract is from approximately May 15, 2020 to October 15, 2020 .If exercised, this contract has the following option periods: Option Period 1: May 15, 2021 to October 15, 2021 Option Period 2: May 15, 2022 to October 15, 2022 Option Period 3: May 15, 2023 to October 15, 2023 Option Period 4: May 15, 2024 to October 15, 2024 �Instructions to Offerors The provision ""52.212-1, Instructions to Offerors-Commercial"", applies to this acquisition and the following are provided as an addenda to this provision SUBMISSION OF QUOTES Submit Quote to: Mt Hood National Forest � Attn: Mindy Hickman �Zigzag Ranger District Office 70220 E. Highway 26 �Zigzag, Oregon� 97049 �Or by email to: mindy.hickman@usda.gov Posted Date:� February 7, 2020 Response Date: February 19th, 2020, 12:30pm Pacific. Contracting Officer:� Mindy Hickman, (503)834-3419 mindy.hickman@usda.gov. Technical Contact:� Ben Watts (503)630-8811 benjamin.watts@usda.gov Place of Performance:� Multiple Fee site Locations throughout the Mt. Hood National Forest Zigzag Ranger District. Note: Quotes should include, at a minimum,� Form SF-1449 (FIll out and sign form 1449,Complete Schedule of Items pricing, Quoter Information, signed and dated) Completed Experience Questionnaire Responses to Representations certification (FAR 52.212-3),� other statements of offerors if applicable FAR 52.212-2 EVALUATION�COMMERCIAL ITEMS (OCT 2014) �The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes in descending order of importance: 1. Past Performance 2. Technical/Experience questionnaire 3. Price �Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). �A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quoters specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Past Performance Provide a list of all projects which most closely relates to this type of work, completed or begun during the past three years. At a minimum, include the following information for each contract: Type of work Dates of Performance Client�s Company Name Client�s point of contact, address, telephone number If you experienced difficulties on any of these contracts, please describe the difficulties, and any steps taken to prevent a recurrence. We will assess the quality of the work performed for prior clients, including timeliness, compliance with requirements, and the degree of customer satisfaction. Contractor�s Technical Capability Provide a listing of your in-house capabilities and the work you intend to subcontract. Include a list supplies, tools and/or equipment you intend to use. Provide a listing of employees who are intended to perform the work, at a minimum, include the following: Employee name (first, last) If known �Skill Level �Years of experience performing related work �If applicable, provide subcontractor�s company name, address telephone and email address Proposed Work Plan and Schedule The proposed work schedule should include the number employees and hours estimated for the completion of work. It should identify the proposed dates for delivery, pumping, cleaning and pick-up of units at the end of the season. All offerors must provide a completed copy of �52.212-3, Offeror Representations and Certifications �Commercial Items� OR the offeror must have completed their annual representations and certifications electronically at www.sam.gov.�� �� DUNS Number:______________________�������������� TIN Number:___________________
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d552a1fb6964ad1afb2e487c92ef1d4/view)
 
Place of Performance
Address: Rhododendron, OR 97049, USA
Zip Code: 97049
Country: USA
 
Record
SN05561898-F 20200215/200213230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.