|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1998 PSA#2042USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box
2965, Portland, Oregon 97208-2965 99 -- VAULT TOILETS SOL 1422H952-R98-1008 DUE 031798 POC Lorrie Evans,
Procurement Clerk, 503-952-6230 E-MAIL: blm, or952mb@or.blm.gov. This
is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (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. Solicitation 1422H952-R98-1008 is issued as a Request for
Proposal (RFP) and incorporates provisions and clauses in effect
through Federal Acquisition Circular 97-3. The Standard Industrial
Classification (SIC) code is 9999, with a small business size standard
of 500 employees. This will be a firm fixed-price indefinite
delivery-indefinite quantity (IDIQ) contract for the period of the base
year (from date of award through 9-30-98) and four option years (NTE
9-30-03). Award of option years will be at the discretion of the
Government. Delivery orders will be issued against the resultant
contract and delivery is required within 60 days after receipt of
order. The contractor shall perform no work prior to receipt of a
delivery order. While this is an Oregon/Washington (OR/WA) BLM
requirement, all other Department of Interior agencies nationwide may
order against this contract. Other Federal agencies in the western
states of Washington, Oregon, California, Idaho, Nevada, Arizona,
Montana, Wyoming, Colorado and Utah also may issue orders against this
contract. Delivery orders may be placed verbally or by fax by
Contracting Officer (CO) or other ordering official designated by CO,
but always followed by the issuance of a signed order to be provided
through mails for confirmation. Delivery locations may be any
designated government office, warehouse, or recreational area
accessible by maintained roads and to any other location identified by
ordering officer and agreed to by the contractor. SUPPLY AND DELIVER
single and double unit preassembled "odor-free" vault toilets or
prefabricated "odor-free" vault toilet kits meeting all Department of
Environmental Quality sanitation and American Disabilities Act (ADA)
access requirements. Vault toilet kits shall include a "sweet smelling"
ventilation system as designed by the U.S.D.A. Forest Service San Dimas
Technology and Development Center, San Dimas, CA as outlined in
publication 9123 1601, dated July 1991, with a minimum of a 750-gallon
vault for a single unit building and a minimum of two 750-gallon
vaults for a double unit building. Contractor shall provide designs of
the preassembled vault toilets or prefabricated vault toilet kits and
instructions for installation for each order, which are easy to
follow, and easily assembled in the field. The preassembled vault
toilet or prefabricated vault toilet kits shall be a complete package,
with the exception of any concrete required for outside surrounding
area and floor surfaces, if floor is not included. The Government will
provide related clearing, grubbing, excavation and backfill required
to place the vault toilets on site and will purchase and install the
required concreteas necessary for the floor and surrounding outside
area, when not a part of the building. The preassembled vault toilet or
prefabricated vault toilet kit shall be constructed of materials to
withstand extreme temperature fluctuations, ranging from high-mountain
winter weather conditions to desert heat and extreme wind conditions,
and which will not crack, peel or chip. The design of the building
will prevent leakage and there will be no opening allowing critters to
enter or water, leaves, sand or rocks to blow into the vault toilets,
except when the door opens. Roof must be designed to support a minimum
of 100 pounds per square-foot snow load. I. Specific Description:
Single unit includes one complete vault toilet including one riser, one
door, one wall vent, one vault and accessories. Double unit includes
two complete vault toilets with each vault toilet including one riser,
one door, one wall vent, one vault and accessories. (1) Risers shall
be white polyethylene, 18" high, with heavy duty seat and lid provided
and a riser safety bar. (2) Door shall be preassembled 36"x80" steel,
honeycomb core, black w/stainless steel kick plate and door frames
shall be black reinforced steel with no threshhold for wheelchair
accessibility. (3) Wall vent shall be 1/8" black steel frame & expanded
steel welded to galvanized louvers which have a mesh screen
(approximately 111 square in. free area) which may be easily installed
in any wall location. Location will be determined by government
representatives on the site during installation. (4) Vault shall be
U.S. Forest Service "Sweet Smelling" design or equal as outlined in the
San Dimas, CA U. S. Forest Service Technology and Development Center
publication 9123 1601, dated July 1991, and constructed of non-porous
cross-linked black polyethylene. Polyethylene ASTM tests and nominal
values available upon request to contact person listed below. Each
vault shall have one opening for riser, one opening for vent stack and
one opening for external clean out with a minimum diameterof 24 inches
with a lid. (5) Accessories shall include 42" stainless steel grab bars
and one three-roll lockable (government-furnished lock) toilet paper
non free-rolling, heavy gauge stainless steel dispenser. (6) Lighting
shall be by frosted plexi-glass or opaque fiber plastic in either walls
or ceiling. II. Exterior Finish available for single units shall be the
basic cross-linked polyethylene finish (earth-tone colors); wood
exterior finish with a clear sealer that prevents staining, preserves
the color, creates a waterproof surface, and provides a rustic
appearance; stucco-appearing exterior with a clear sealer that prevents
staining, preserves the color, and creates a waterproof surface; and
split or smooth-faced concrete block kit including rebar and mortar
required for construction (grout to be provided by Government). Double
units shall be available with a wood exterior finish, stucco-appearing
exterior, and split or smooth-faced concrete block. III. Roofing
Materials shall include choice of a polyethylene roof, cedar shakes,
metal roof (earthtone colors) and composition shingles. SHIPPING AND
DELIVERY: Preassembled vault toilets or prefabricated vault toilet kits
shall be prepared for shipment consistent with standard commercial
practice and in a manner that will insure arrival at destination in a
satisfactory condition and be acceptable to the carrier for safe
transportation at the most economical rate. All components shall be
paletized and shall not exceed the lifting capacity of a Case Model 508
front-end loader or equal. The contractor shall deliver F.O.B. Origin,
Freight Prepaid, in accordance with FAR 52.247-32, to the destination
identified on delivery order. Prepaid costs for transportation will be
added as a line item to each Delivery Order. Contractor shall notify
Delivery Order Manager identified on Delivery Order at least 24 hours
prior to delivery. Delivery shall be made between the hours of 8 a.m.
and 4 p.m., Monday through Friday, holidays excluded. Unloading of
units will be performed by Government personnel. MINIMUM/ MAXIMUM
ORDER: A minimum of 25 vault toilets (any size, i.e., single or
double), and no more than 2,500 vault toilets (any size) will be
ordered throughout the base year and four option years. DESCRIPTIVE
LITERATURE: Descriptive literature is required to be submitted with
proposal in accordance with FAR 52.214-21, Descriptive Literature.
EVALUATION FACTORS FOR AWARD: The evaluation factors for award are in
descending order of importance: (1) Technical acceptability of the
offered product(s) including design, materials, components, and
performance characteristics of a preassembled "odor free" vault toilet
or prefabricated "odor-free" vault toilet kit to meet the
specifications listed in Items I-III above. Additional items available
and identified in technical proposal, such as all-weather porches and
privacy partitions will be reviewed as available modifications only
and will not be included in the evaluation. (2) Past performance. (3)
Price and price-related factors including transportation costs to the
Government from place of manufacture or fabrication to Eugene, OR. (4)
Ability to meet 60-day delivery. Award will be made to the responsible
offeror whose offer is most advantageous to the Government. The
Government will evaluate offers for award purposes by adding the total
price for all optional years to the total price for the basic year.
The Government may determine that an offer is unacceptable if the
prices for the option years are significantly unbalanced. PROPOSAL
PREPARATION INSTRUCTIONS: Technical and price proposals must be
submitted as separate documents. I. Technical proposals must include:
(1) Descriptive literature and any other technical information,
including instructions for easy installation of the units in the field.
Identify designs, materials, components, and performance
characteristics of the preassembled "odor free" vault toilet or
prefabricated "odor-free" vault toilet kit. Include additional items
available, e.g., all-weather porches, partitions, etc. (2)Customer
references, including both private and government agencies, including
names and telephone numbers. (3) Capability to meet proposed delivery
schedule of 60 days from date of delivery order. (4) Location of
contractor's manufacturing or fabrication facility and distance from
the contractor's facility to Eugene, OR (Government will verify the
number of miles using Rand McNally Road Atlas). (5) Completed FAR
provision 52.212-3, Offeror Representations and Certifications --
Commercial Items (copy available by telephoning contact person listed
below). II. Price proposals must include: (1) Price of single and
double units and any other optional sizes, such as extended units, for
the base year and each of the four option years (NTE 2003), including
detailed description of design, materials, and components included.
There is no economic price adjustment included in this solicitation.
(2) Include price on additional items available, e.g., all-weather
porches, partitions, etc., for the base year and the four options
years, and identify to which units they may be attached (these prices
will not be considered in the pricing review). (3) Identify weight and
freight costs for both a single and a double prefabricated vault
toilet building with rustic wood exterior, metal roof, and including
accessories (no partition and porch), being shipped to Eugene, OR at
the time of the preparation of the offer. (4) Identify payment discount
terms. Offers shall submit signed and dated offers, either on a SF1449
or letterhead stationary. APPLICABLE FAR CLAUSES AND ADDITIONAL
PROVISIONS: The following FAR provisions apply to this RFP and are
incorporated by reference: 52.204-6 Contractor Identification Number --
Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to
Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items;
52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (including 52.203-6, 52.203-10,
52.2l9-8, 52.219-14, 52.219-14, 52.222-26, 52.222-35, 52.222-36,
52.222-37, and 52.225-3); 52.216-18 Ordering; 52.216-19 Order
Limitation (with insert: (a) less than 1 unit for minimum order, and
(b)(2) maximum of 4 units to be delivered within 5-day period of time);
52-216-22 Indefinite Quantity; 52.217-8 Option to Extend Services;
52.217-9, Option to Extend the Term of the Contract (NTE base year and
4 option years); and 52-222-20 Walsh-Healey Public Contracts Act.
Proposals shall be sent to Lorrie Evans, Bureau of Land Management,
Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon, 97208 by
4:15 PM Local Time on or before March 17, 1998. For questions contact
Lorrie Evans at (503) 952-6230. See numbered Note 1. (0057) Loren Data Corp. http://www.ld.com (SYN# 0357 19980302\99-0003.SOL)
99 - Miscellaneous Index Page
|
|