Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

S -- S--Establish a park wide sludge pumping IDIQ, FY21.

Notice Date
11/25/2020 10:06:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
DOIPFBO210010
 
Response Due
11/27/2020 12:00:00 AM
 
Archive Date
12/12/2020
 
Point of Contact
Hoversten, Hal
 
E-Mail Address
Hal_Hoversten@nps.gov
(Hal_Hoversten@nps.gov)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price Requirements contract with a base year plus four option years as a result of this combined synopsis/solicitation to the offeror providing the best value to the Government. This announcement constitutes the only solicitation issued as a Request for Quotation (RFQ) DOIPFBO2100010 for pumping services throughout Mount Rainier National Park, WA. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2020-09 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is reserved for small businesses, NAICS Code 562991, Septic Tank and Related Services, with a small business size standard of $8.0 million, average annual gross receipts for the past three years. Any resulting contract will be subject to the Service Contract Act, Wage Determination # WD 15-5545. Interested offerors must be registered in the System for Award Management (SAM) database before an award can be made to them. If the quoter is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/portal/SAM/. The contractor shall provide all labor, material, equipment and appurtenances in order to successfully provide the following services, as described: The purpose of this contract is for the removal of human waste from facilities at Mount Rainier National Park. The contractor is required to pump, haul and dispose of waste from wastewater treatment plants, septic tanks (two of which require auxiliary booster equipment as described below), vault toilets and tanks at multiple locations throughout the Park. The following table identifies all currently known sites that will potentially require pumping one or more times during the contract period. The park reserves the right to add facilities that may have been missed during the development of this list, or in the event that a new facility is constructed or installed. The Park operates four wastewater treatment plants. Aerobically digested sludge from the treatment plants is processed in compliance with WAC173-308-295. The plants are located at the locations listed below; annual estimated quantities pumped are listed in the adjacent column: Plant Description Location Estimated Yearly Sludge Quantity (gal) Longmire 19mi. east of Elbe, WA on SR706 extended 10,000 Ohanapecosh 8mi. northwest of Packwood, following SR12 to SR123 5,000 Paradise 32mi. east of Elbe, WA on SR706 extended 50,000 Tahoma Woods 4mi. east of Elbe, WA on SR706 extended 2,000 Estimated Total annual digester pumping 67,000 The following septic tanks are pumped annually, and are located Park wide; tank locations, sizes and annual estimated quantities pumped are listed below: Tank Description Location Tank Size (gal) Est. Yearly Quantities Pumped (gal) Ohanapecosh Campground A Loop Septic Tank 8mi. northwest of Packwood, following SR12 to SR123 10,000 1,000 White River Entrance Comfort Station Septic Tank 5mi. west on Sunrise Road from SR410 1,000 2,000 White River Entrance Area Septic Tank 16mi. west on Sunrise Road from SR410 6,000 2,000 White River Campground Comfort & Ranger Stations/6 tanks 11 mi. west on Sunrise Road from SR410 1,500 800 Estimated Total annual septic tank pumping 5,800 The following campground has septic tanks which are pumped on a three-year cycle. They were last pumped in 2011. Tank Description Location Tank size (gal) Est. 3 Yearly Quantities Pumped (gal) Cougar Rock Campground & Picnic area Comfort Stations/9 vaults 22mi. east of Elbe on SR706 extended 1,500 ea. 1,000 ea. Cougar Rock Campground Ranger Station 22mi. east of Elbe on SR706 extended 2,300 1,500 Cougar Rock Campground RV dump Station 22mi. east of Elbe on SR706 extended 2000 500 Box Canyon Campground Comfort Station 10 miles W. on hwy. 706 from Stevens Canyon entrance 7,700 2,000 Grove of the Patriarchs Comfort Station 200 yds. From entrance booth on Stevens Canyon Rd. 5,000 3,000 Narada Falls 28 mi. east of Elbe 1,500 1,500 Estimated Total septic tank pumping (3 yr cycle) 9,500 The following structures have septic tanks which are pumped on a seven-year cycle. They were last pumped within the last 3 years. Tank Description Location Tank size (gal) Est. 7 Yearly Quantities Pumped (gal) N001 Nisqually Ranger Station 13mi. east of Elbe, WA on SR706 extended 750 500 Oscar Brown Cabin 1,000 500 N101 Residence 750 500 N102 Residence 750 500 Estimated Total septic tank pumping (7 yr cycle) 2,000 The following two septic tanks require use of a booster pump or other means of pump assistance due to the distance or elevation from the vault to an easily accessible roadway: Tank Description Location Tank Size (gal) Est. Yearly Quantities Pumped (gal) Sunrise Area Septic 16mi. west on Sunrise Road from SR410 30,000 12,000 Ohanapecosh Campground F Loop 8mi. northwest of Packwood, following SR12 to SR123 7,000 5,000 Box Canyon Picnic Area Comfort Station 10 mi W. of S.C. entrance on hwy706 4,200 3,000 Estimated Total annual septic tank pumping 20,000 Vault tanks are located at the following locations: Tank Description Location Tank Size (gal) Est. Yearly Quantities Pumped (gal) Carbon River Entrance/2 vaults 8mi. east of Wilkeson, WA on SR 165 1,500 3,000 Kautz Creek Picnic Area/2 vaults 16mi. east of Elbe, WA on SR706 extended 1,500 6,000 Mowich Lake Picnic Area/2 vaults 16mi. east of Wilkeson, WA on SR165 (unpaved roadway) 1,500 3,000 Sunrise Comfort Station/2 vaults 16mi. west on Sunrise Road from SR410 1,500 5000 Grove of the Patriarchs Area/2 Vaults 200 yds. From entrance booth on Stevens Canyon Rd. 1,500 6,000 Tipsoo Lake Picnic Area/2 vaults 4mi. west of Cayuse Pass on SR410 1,500 6,000 Estimated Total annual vault pumping 29,000 This will establish an indefinite quantity/indefinite delivery contract that guarantees that the minimum amount of waste to be pumped by the contractor each year will be 90,000 gallons and the maximum will be 250,000 gallons. The prices shall be quoted at a cost per gallon of removed waste. The per gallon cost shall be inclusive of all activities necessary to remove waste from the identified park facilities, including, but not limited to drive time, fuel, vehicle maintenance, Personal Protective Equipment, licensing, safety and spill prevention plan development, and disposal costs. The vendor shall bill for services solely as a cost per gallon, and no other costs will appear on the submitted invoices. Upon notification of a pumping requirement, the contractor shall pump treatment plants, septic tanks, and oil/ water separator pumping within seven calendar days of notification by the designated park employee, and vault and/ or pit toilets within four calendar days. There may be occasions where pumping is required on an emergency basis. The contractor shall include pricing for emergency pumping that would occur within forty-eight hours of notification by the park. Emergency pumping will be necessary approximately 5 times per year. The following Park employees are authorized to place orders for pumping services: Primary Contacts: Micah Henderson (360) 569-6716 Philip Dotzenko (360) 569-6728 Alternate Contacts: Shelly Darrah (360) 569-6722 It is recommended that the contractor attempt to perform pumping early in the day, or later in the afternoon to avoid peak visitation hours between June and mid-September. It is the contractor�s responsibility to remove any items that could cause damage to pumping equipment from the tank or vault prior to initiating pumping. In some cases, the addition of water may be necessary to insure that all solid waste is removed. It is the contractor�s responsibility to provide any water required. All locks and septic tank riser lids shall be secured after pumping has been completed. During pumping operations, the contractor shall cone off the area to minimize the risk of interruption by park staff, or visitors. The contractor shall make an effort to be efficient with trips into the park. If in the course of emptying a septic tank or vault toilet space remains in the truck, the contractor shall fill the remaining space in the truck from the next nearest vault toilet, if feasible. All sludge removed from the Park under this contract shall be disposed of by the contractor in accordance with Federal, Washington State (WAC 173-308-295) and local regulations. It is the responsibility of the contractor to act in accordance with these regulations. Prior to any work being accomplished on this contract, the contractor will provide documentation to the Park of the locations and names of the Certified Waste Water Treatment Facility that will receive the pumped wastewater. The contractor shall provide notification of pumping completion to the Contracting Officer�s Representative by phone, text or e-mail on the day of completion. A hardcopy itemized ticket shall be provided within one week of pumping. One combined invoice for all services are authorized on to be submitted on a monthly basis. Payments (to include one copy of the contractor�s invoices as a combined PDF) shall be submitted through the Department of the Treasury�s Internet Payment Platform: https://www.ipp.gov Submittals Upon contract award, the contractor shall provide the following to the park for review and approval before a Notice to Proceed will be issued: � Safety Plan � Spill Prevention and Cleanup Plan � Documentation of approved facilities to be used for sludge/ waste disposal. QUOTES ARE DUE NO LATER THAN Friday, November 28, 2020 at 2:00 pm PDT. The quoter shall submit a per gallon quote for pumping services as described below. Options will only be exercised upon the contractor's successful performance of the base contract period or prior option period. It is the unilateral right of the Government to exercise/award options and they are subject to the availability of funds. Complete the below price schedule and submit with your quote for the base and all option years. Description Unit of Measure Unit Total Line 010 Base year (December 1, 2020 to November 30, 2021) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Oil/water separator Gallon EA $_______ D. Vault/pit pumping Gallon EA $_______ E. Pumping with auxiliary equipment Gallon EA $_______ F. Emergency pumping Gallon EA $_______ Line 020 Option period #1 (December 1, 2021 to November 30, 2022) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Oil/water separator Gallon EA $_______ D. Vault/pit pumping Gallon EA $_______ E. Pumping with auxiliary equipment Gallon EA $_______ F. Emergency pumping Gallon EA $_______ Line 030 Option period #2 (December 1, 2022 to November 30, 2023) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Oil/water separator Gallon EA $_______ D. Vault/pit pumping Gallon EA $_______ E. Pumping with auxiliary equipment Gallon EA $_______ F. Emergency pumping Gallon EA $_______ Line 040 Option period #3 (December 1, 2023 to November 30, 2024 A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Oil/water separator Gallon EA $_______ D. Vault/pit pumping Gallon EA $_______ E. Pumping with auxiliary equipment Gallon EA $_______ F. Emergency pumping Gallon EA $_______ Line 050 Option period #4 (December 1, 2024 to November 30, 2025) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Oil/water separator Gallon EA $_______ D. Vault/pit pumping Gallon EA $_______ E. Pumping with auxiliary equipment Gallon EA $_______ F. Emergency pumping Gallon EA $_______ Insert your business name: _______________________________________, DUNS number: _________________________, CAGE Code:________________ Point of contact e-mail: __________________________________________ and My business is registered in SAM __yes __no (check one); We have completed the online representations and certifications therein __yes __no (check one). My business is registered in IPP __yes __no (check one); Submit a minimum of two past performance references for similar work. The provision at 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this offer- the selected offeror must submit a completed copy of the listed representations and certifications if they are not fully registered in the System for Awards Management (https://www.sam.gov). The clauses at 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, applies to this acquisition, to include the following clauses sited and incorporated by reference: FAR 52.204-25, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34 and the following clauses in paragraph (c) 52.222-41, 52.222-55. FAR clauses 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.216-27 Single or Multiple Awards, 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-39 Unenforceability of Unauthorized Obligations also apply. Solicitation provisions that apply:52.204-7,System for Award Management, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204-26 Covered Telecommunications Equipment or Services-Representation and 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.212-2 Evaluation - Commercial Items (Oct 2014) (a) The Government will award a single or indefinite quantity/indefinite delivery 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. The following factors shall be used to evaluate quotes: 1) Price; 2) past performance. Evaluation factor of past performance is approximately equal to price. Please provide an example of past performance over the past three years of similar requirements along with your offer. The Government reserves the right to cancel this RFQ.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c5995a960294a999d7a1892b1f893a8/view)
 
Record
SN05861158-F 20201127/201125230136 (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.