Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1998 PSA#2042

USDI, 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