Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2020 SAM #6673
SOLICITATION NOTICE

W -- 11452966 1249 Life support-Umatilla, OR

Notice Date
3/5/2020 3:21:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W7NW USPFO ACTIVITY OR ARNG SALEM OR 97309-5047 USA
 
ZIP Code
97309-5047
 
Solicitation Number
11452966
 
Response Due
3/26/2020 11:00:00 PM
 
Archive Date
04/10/2020
 
Point of Contact
Deannie L. Darrow, Phone: 5035843435
 
E-Mail Address
deannie.l.darrow.civ@mail.mil
(deannie.l.darrow.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notice type: Combo Synopsis Posting date: March 5, 2020 Response date: March 26, 2020 Class Code: W099: Lease or Rental of Miscellaneous Equipment NAICS: 561210: Facilities Support Services Solicitation #: 11452966 Place of Performance: Umatilla Army Depot, Umatilla, Oregon SET Aside-������������ Total Small Business Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 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 No. 11452966 and is issued as a Request for Quote (RFQ). Request for Quotes are due by March 26, 2020 11:00 A.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The National 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 quotes to procure the following services: I.��������� Specifications, Requirements and Address SPECIFICATIONS: The contractor shall provide all equipment, material, labor, supervision; supplies and items necessary in support of the 1249 Engineer Battalion Annual Training to be conducted at the Umatilla Army Depot near Hermiston, Oregon. Location: Umatilla Army Depot, Umatilla, Oregon Period of Performance: 23 April 2020-5 May 2020 CLIN 001 Provide toilets - one (1) job Provide Thirty Five (35) outdoor style portable chemical toilet rentals, service and movements in accordance with the PWS Rentals $����������������������������������������������������������� Relocations $��������������������������������������������������������������������������� Cleaning services $��������������������������������������������������������������������� CLIN 0001 Total $ ������������������������������������������������������������������������������������������������������������������ � � � CLIN 002 PROVIDE Handwashing stations- one (1) job Provide twelve (12) portable double sink hand washing stations rentals, service and movements in accordance with the PWS. Rentals $������������������������������������������������������������������������������� Relocations $������������������������������������������������������������������������� Cleaning Services $��������������������������������������������������������������� CLIN 0002 Total $ ������������������������������������������������������������������������������������������������������������������ � � CLIN 003 Provide shower trailer units - one (1) job Provide 2 shower trailer units and gray water service in accordance with the PWS Shower Trailers $ ���������_____________________������������� Relocation $������������������������������������������������������������������������������� Cleaning Service $��������������������������������������������������������������������� Gray Water Service $����������������������������������������������������������������� CLIN 0003 Total $ ������������������������������������������������������������������������������������������������������������������ � � CLIN 0004- Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate �No Charge�. � CLIN 0004 TOTAL $ ������������������������������������������������������������������������������������������������������������������ QUOTE TOTAL $ �������������������������������������������������������������������������������� � � Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with the total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their quote any time before the due date to: Deannie L. Darrow Contract Specialist, USPFO for Oregon P&C deannie.l.darrow.civ@mail.mil 503-584-3435 II. Performance Work Statement Oregon Army National Guard 1249 ENGINEERING BATTALION PERFORMANCE WORK STATEMENT UMATILLA ARMY DEPOT Introduction � The contractor shall provide all equipment, material, labor, supervision; supplies and items necessary in support of the 1249 Engineer Battalion Annual Training to be conducted at the Umatilla Army Depot near Hermiston, Oregon. Contractor shall coordinate with the Government Contracting Officer Representative (COR) for ALL movement of vehicles and personnel onto Umatilla Army Depot. This training exercise includes restricted areas. Although these areas will be clearly marked, it will be imperative for the contractor to validate routes for movement on Umatilla Army Depot. Safety is the first consideration of all training activities. 1.0 General � Requirements include temporary life support services in support of the Annual Training for 1249 EN BN. The contractor shall coordinate with the Government COR for all site access, deliveries, set-up, maintenance and removal necessary to comply with the requirements of this contract. The contractor will be required to respond to specific emergency maintenance issues related to these requirement 24 hours a day, 7 days a week during the performance period of this contract. Non-functional equipment shall be responded to within 2 hours and fixed within 8 hours. Equipment that cannot be repaired must be replaced within 24 hours. The contractor is authorized to occupy a tent or trailer at Umatilla Army Depot. Contractor is also authorized to have a representative at the training site if they so desire to respond to any emergency or maintenance issues. Location of contractor tents / trailer will be determined by the Government COR. The contractor�s tent/trailer must be self- sustaining. Contractor will be able to use shower and portable latrine facilities at training site if necessary. The Government desires to have the training site set-up and ready for occupancy prior to the main body arriving at Umatilla Army Depot. The contractor shall provide a specific delivery schedule1 to the Contracting Officer and the Government COR no later than (NLT) 72 hours of Contract award to the COR 1249 EN BN. Unless otherwise noted the delivery schedule will conform to the following dates and times: Site Visit requests need to be scheduled within 5 days of contract award� Delivery/set-up dates: NET 1200hrs 23 April 2020 Dates of Service: 24 April 2020 - 05 May 2020 Removal date: 1000hrs 05 May 2020 The contractor shall establish a call system for service calls/requests to include availability of phone and email. Emergency phone numbers2 shall be provided to the COR (NLT) 72 hours of Contract award. Requirements: Portable Chemical Toilets, Hand Washing Stations Shower trailers: Provide a minimum of thirty five (35) outdoor style portable chemical toilets (standard Restroom). Chemical toilets will be cleaned inside and outside of all units every other Day or more frequently as needed 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 chemical latrines will be repositioned, as requested, in a phased manner throughout the training area. The contractor shall relocate portable toilets as directed by the Government COR not to exceed 1 total move per piece of equipment. The movement of portable chemical toilets will be requested 24 hours in advance. A minimum of twelve (12) portable hand washing stations (double sinks) to support 155 Soldiers. Hand washing stations will be serviced (to include paper towels, soap, refilling water, etc) at the same interval as the portable chemical toilets, every other day. Hand washing stations are to be filled completely (100%) at the start-up of the exercise and remain no less than 50% filled during the remainder of the exercise. Hand washing stations shall never run out of water to ensure that sanitary conditions are met in a field environment. Gray water will not be allowed to drain on the ground; gray water removal will be performed by the contractor for all provided services and equipment. The contractor shall dispose of all waste and gray water at an off-post location. Two (2) each shower trailer units with 15/16 heads fully self-sustainable with power, fuel, propane, gray water holding tanks and allow to be partitioned of for female and male separation. Respond to requests for emplacement within 24 hours. The contractor shall dispose of all waste and gray water at an off-post location. The contractor shall relocate portable toilets, hand washing stations, shower units if mission changes and/or issue�s arise. The movement should be agreed upon by all parties involved not to exceed 1 total move per piece of equipment. The move charge shall be factored in to the initial rate. The contractor shall relocate portable toilets as directed by the Government COR and the movement of portable chemical toilets will be requested 24 hours in advance. 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 and shower trailers at the Umatilla Army Depot. 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. Disposals 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. Fresh water can be provided via a local water hydrant on the Umatilla Army Depot, coordination for use of said water hydrant will need to be coordinate prior to use and delivery of shower trailers. Acceptable Quality Level: � Provide a minimum of 35 portable chemical toilets (standard Restroom). Provide a minimum of 12 portable hand washing stations, double sink style Provide a minimum of 2 each shower trailer units with 15/16 shower heads. Pump gray water from 2 each shower trailers; estimated fresh water usage will be anywhere from 500-1100 gallons a day pending mission. Gray water holding tank/blivets need to be able to accommodate max usage per day. Vendor will provide enough storage to allow for use of shower trailer without shutdown due to waiting on gray water pumping of tanks. Chemical toilet units shall be of standard commercial manufacture intended for use as portable chemical toilets. Hand washing stations are to be filled completely (100%) at the start-up of the exercise and remain no less than 50% filled during the remainder of the exercise. Hand washing stations shall never run out of water to ensure that sanitary conditions are met in a field environment. Portable chemical toilets shall consist of a completely enclosed, well-vented enclosure, the roofs, sides, and floors shall be free of leaks, cracks and holes; Toilet units will include waterless hand sanitizer; Doors shall be self-closing, tight fitting, and will have an inside lock. All portable toilets shall be new or like new condition, clean, single type occupancy, to include urinal, and easily serviced. The contractor shall clean inside and outside of all units every other day (every 2 days) 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. Hand washing stations will enable Soldiers to wash their hands in a sanitary manner. Hand washing stations will be of standard commercial manufacture intended for use as sanitary hand washing stations. The stations will be free of leaks and watertight - at least 2 hand washing station per every 4 toilets in one geographical area. 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. 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 and/or at the direction of the on-site government representative. 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. If such units were to topple over, contractor is responsible to meet all Government requirements and removal of contaminated dirt, ground or are of contamination. The contractor shall furnish replacement units for all units removed for maintenance, repair or units that have toppled over. The chemical latrines will be repositioned, as requested, in a phased manner throughout the training area during the period of performance. The contractor shall relocate portable toilets as directed by the Government COR not to exceed 10 moves during the exercise. The contractor shall dispose of all waste at an off-post location. The contractor may not dump wastes anywhere within Umatilla Army Depot unless pre-coordinated and approved by Umatilla Army Depot. 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. Shower trailers will be full of fresh water, fuel, propane and paper products upon set up 1 day prior to main body hitting ground. Shower trailer units will be fully self-sufficient with enough power, fuel, fresh water and gray hold tank ass necessary for 155 Soldier to shower 1 time per day. Shower trailers will be have separate shower stalls in order to facilitate privacy Shower trailers will enable soldiers to wash their bodies in a sanitary manner. Contractor will be responsible to ensure that gray water tank will hold enough water to support the needed showers per day or coordinate the removal of gray water ass necessary to ensure shower operations re not hindered. Estimated water of 1100 gallons Shower operations timeline will need to be coordinate once main body is on ground and leadership and met with personnel to discuss an effective timeline to have the showers open for use. Tentative shower operations will be from 0500 to 2300 with a 1hour shutdown window for cleaning to be determined with personnel on ground. 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 Umatilla Army Depot. Required movement of portable chemical toilets will be requested 24 hours in advance. The contractor shall provide transportation and set up of shower trailers with all necessary gray water disposal blivets. The contractor shall provide tanker, personnel and coordinate to ensure each trailer unit has enough fresh water on hand at all times to ensure soldiers may clean themselves with fresh water for sanitary reasons. Camp Umatilla has multiple water points on post that may be used to draw water from at no charge to vendor. These water points are mainly fire hydrants. Vendor must supply tools and adapters to be able to fill from water points. The contractor will coordinate directly with the COR for fresh water tanker refill. The government agency and Umatilla Army Depot will provide all fresh water needed for water tankers. The contractor will provide all power, gray water holding tanks, on-site maintenance as required and fuel. Security Requirements � All service providers shall be able to provide a valid driver's license, valid vehicle registration, and valid vehicle insurance to base security in order to gain� access before gaining access to the site. All personnel will be subjected to a Law Enforcement Data System (LEDS) Background check. All individuals with unfavorable background checks will be banned from the installation. All contracted employees and subcontracted employees will be required to pass the required training below in order to come and go off site or maintain onsite for the duration of the requirement. 4.0 Antiterrorism/Operations Security Requirements � 4.1. All delivery drivers shall be able to provide a valid driver's license, valid vehicle registration, and valid vehicle insurance to post security in order to the site. All contracted employees and subcontracted employees will be required to pass the required training below in order to come and go off site or remain onsite for the duration of the requirement. All contractors and or employee information will need to be provided at least 15 days prior to the event start date to the COR for post access procedures. AT Level I Training: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR and to the contracting officer, within ten (10) days of award. AT Level I awareness training is available at the following website: http://jko.jten.mil. iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. There will be an AT/OPSEC handout for the contractor to review and a student log for the contractor to sign to complete this requirement. This training shall be completed and the results reported to the COR and the contracting officer within ten (10) days of award. � � Contracting Manpower Recording Act (CMRA): � The Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at http://www.ecmra.mil Unit Identification Code (UIC) for the Requiring Activity: W90KNA Issuing Office DoDAAC: W912JV 6.0 Quality Control (QC): � The contractor shall develop and maintain an effective quality control program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor�s QCP is the means by which the contractor is assured the work complies with the requirement of the contract. 7.0 Contracting Officer�s Representative (COR): � The ORNG�COR for inspection and acceptance of deliverables under this task order, and will be physically located at the Event throughout the exercise period. The COR is authorized to represent the contracting officer in interpreting the technical requirements of this task order. However, the�COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition. Deliverable Guidelines: � Inspections and Acceptance: All deliverables must be submitted to and approved by the COR. Notice Regarding Late Delivery: The contractor shall notify the COR as soon as it becomes apparent to the contractor that a scheduled delivery will be late. The contractor shall include in the Problem Notification Report (PNR) the rationale for late delivery, the expected date for the delivery and the project impact of the late deliver. The contractor must include the DSR with each invoice submitted for payment to the COR. Develop and publish a formal plan to address procedures and resources available for on-site safety, �real-world� emergencies and life support capabilities. Plan must be submitted to contracting within 10 days of award. Actual Deliverables due to COR: Delivery Schedule Emergency phone numbers Contractor and/or employee basic information Portable Chemical Toilets and Hand Washing Stations Gray water pumping Portable trailer shower units AT Level I Training iWATCH Training SEE ATTACHED�COMBO SYNOPSIS�FOR ALL TERMS AND CONDITIONS
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3d150daf4e248c99a30b831f477e540/view)
 
Place of Performance
Address: Umatilla, OR, USA
Country: USA
 
Record
SN05580755-F 20200307/200305230146 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.