Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1998 PSA#2105

ASC/PKW, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309

W -- RENTAL & SERVICE OF PORTABLE CHEMICAL TOILETS SOL F33601-98-R9016 DUE 062998 POC Mary Piper, (937)257-6146 ext.4222 E-MAIL: Mary Piper, piperml@pkwsmtp.wpafb.af.mil. SUBJECT: RENTAL AND SERVICE OF PORTABLE CHEMICAL TOILETS DESC: Wright-Patterson Air Force Base, OH has a requirement to RENT AND SERVICE PORTABLE CHEMICAL TOILETS. 17(i). THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. 17 (ii). Solicitation #F33601-98-R-9016 is a Request for Proposal (RFP). 17 (iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. 17 (iv). This is an unrestricted acquisition. The associated standard industrial classification (SIC) code is 7359. The small business size standard is $5.0M. 17 (v). This acquisition has one line item (001) for the base year and one line item for each optional contract period. The base year period of performance is 1 Oct 98 to 30 Sept 99. Four additional one-year options may be awarded. Proposals will be provided for each year (the base and optional periods); totaling five years. All work will be in accordance with the following Statement of Work: 1. GENERAL PROVISIONS: The contractor shall provide all necessary maintenance, labor, documentation (i.e., repair manuals, technical orders, parts catalogues, and drawings), repair parts, maintenance supplies, tools, test equipment, transportation and other related services needed to service and keep the portable chemical toilets sanitary and in operating condition. The Contractor shall not be liable for repairs necessitated by catastrophe, accident, or movement by the government. 2. CONTRACTOR SERVICES: a) Rental of portable chemical toilets will include delivery to the stipulated site, set up for operation, services once per week and subsequent removal from the premises. b) Portable chemical toilets will be placed on-site or removed from on-site locations within twenty-four (24) hours after receipt of verbal or written notification from the Contracting Officer or his designated representative. Services will be performed during normal duty hours of 0730-1600, Monday-Friday (excluding Federal Holidays) unless otherwise agreed to by the Government. c) Portable chemical toilets will be serviced at least once per week on days mutually agreed to by the Contractor and the Government. Additional servicing during the week and/or weekends may be required. d) The Contractor shall submit a schedule of proposed days for servicing portable chemical toilets to the Contracting Officer within five (5) working days after receipt of the contract award. e) The number of portable chemical toilets required each month will vary. A monthly estimate for a one-year period is available upon request. 3. GOVERNMENT SERVICES: No Government-furnished property or supplies will be included as part of this contract. 4. INSTRUCTIONS TO THE CONTRACTOR: a) Each Blanket Delivery Order designates an organization as the representative of the Contracting Officer. Responsibilities include but are not limited to placing orders for pick-up and delivery of work under this contract. b) The representative of the Contractor shall report to the organizations designated on the mutually-agreed day to service units each week for any special instructions concerning location for portable chemical toilets. At time of placing call, user will identify whether or not relocation is desirable or whether additional toilet is needed. At this time the Contractor's representative will record the number of portable chemical toilets serviced for the week and place signature on a sign-in sheet at each location. c) Portable chemical toilets shall consist of a completely enclosed, well-vented enclosure. The Contractor may furnish any combination of single or multiple units, with the prior approval of the Contracting Officer or his designated representative. d) Materials used for the construction of the enclosures shall be impervious to moisture or be treated with an effective sealer. All construction joints shall be sealed to prevent any accumulation of filth. e) Unless the enclosure is of impermeable and rustproof material it shall be painted both inside and out with an exterior-type enamel. Exterior of enclosures shall be painted to blend in well with the Base's paint scheme. Acceptable colors for the exterior walls of enclosures are Sherwin William's 2009, tan or gray. Substitute colors shall be presented to the Contracting Officer or his designated representative for approval. Roofs of the enclosures shall be white or light in color and be translucent in nature as to provide natural lighting to the interior of the portable chemical toilet. f) Container tanks shall be water-tight with outside vents. The tanks shall be constructed of heavy gauge galvanized metal, plastic or fiberglass. g) Each portable chemical toilet shall occupy a separate compartment which shall be equipped with adequate toilet tissue, tissue holder, toilet seat, urinal, door, door latch and coat hook. h) The doors shall be self-closing, tight-fitting, and shall have an inside lock. i) The urinals and toilet seats shall be made of stainless steel, fiberglass, plastic or other substantial material having a non-absorbent finish. j) The Contracting Officer or his designated representative will designate the specific site for each portable chemical toilet when they are delivered to Wright-Patterson AFB. The Contractor will prepare the site to assure that the portable chemical toilets are stabilized and easily accessible. k) The Government may have the portable chemical toilets relocated by notifying the Contractor. Before servicing a portable chemical toilet, the Contractor shall report to organizations designated to determine the current location of the portable chemical toilets. l) The Contractor will be required to repair and repaint the portable chemical toilets as deemed necessary to keep them in a fly-tight, neat and sanitary condition. The Contractor and a representative from the organizations designated will conduct necessary joint inspections of the portable chemical toilets to ensure compliance with this requirement. m) Service shall include the complete removal of all waste, cleaning the inside of the waste tank, and cleaning applying a commercial grade cleaner to the toilet seat. Waste may be dumped at a site on Wright-Patterson AFB, designated by the Contracting Officer or his designated representative. The waste tank shall be recharged with sufficient quantity of chemicals to ensure an odorless unit. Dumping to be done only upon completion of servicing, on actual servicing day. n) Extreme care will be taken by the Contractor to prevent any spillage of the waste tank contents during the cleaning process. In the event of spillage due to malfunction of the cleaning equipment, or other reasons, the Contractor will thoroughly cleanse the entire area contaminated by the spillage. Any spills in excess of twenty-five (25) gallons will be called in immediately. o) Service trucks shall be maintained in a clean, nuisance-free, serviceable condition at all times. p) At the time of servicing, all seats, doors, walls, floors and other exposed surfaces will be left in a clean and sanitized condition. q) Notwithstanding the above, the portable chemical toilets and the servicing of the portable chemical toilets shall comply with Federal, State, and local laws, ordinances and regulations. r) The Contractor may store portable chemical toilets that are not being used by the Government at a site designated by the contracting Officer or his designated representative. 5. a) Contractor may be required to supply approximately ten (10) portable chemical toilets designated for use by handicapped persons during special events. b) Contractor may be required to supply approximately 100 additional portable chemical toilets for short periods (3-5 days) to support special events once or twice per year. 17 (vi). Solicitation provision at FAR 52.212.2, Instructions to Offerors Commercial Items (Oct 1995) is hereby incorporated by reference 17 (vii). FAR 52.212.2 Evaluation Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (1) Technical capability of the item offered to meet Government requirements; (2) price: Price will be submitted by cost per unit, per line item, per year with a yearly total for the base year and each respective option year and line items. BASE YEAR: (1 Oct 98 -- 30 Sept 99) -- line item 0001AA- rental of portable chemical toilets; estimated number of units-400, line item 0001AB-extra service calls; estimated number of units-25, line item 0001AC-emergency service (service between 6:00 p.m. and 7:00 a.m., 7 days a week); estimated number of units-12, line item 0001AD-rental and service for handicapped units; estimated number of units-10. OPTION YEAR 1: (1 Oct 99 -- 30 Sept 2000) -- line item 0002AA- rental of portable chemical toilets; estimated number of units-400, line item 0002AB-extra service calls; estimated number of units-25, line item 0002AC-emergency service (service between 6:00 p.m. and 7:00 a.m., 7 days a week); estimated number of units-12, line item 0002AD-rental and service for handicapped units; estimated number of units-10. OPTION YEAR 2: (1 Oct 2000 -- 30 Sept 2001) -- line item 0003AA- rental of portable chemical toilets; estimated number of units-400, line item 0003AB-extra service calls; estimated number of units-25, line item 0003AC-emergency service (service between 6:00 p.m. and 7:00 a.m., 7 days a week); estimated number of units-12, line item 0003AD-rental and service for handicapped units; estimated number of units-10. OPTION YEAR 3: (1 Oct 2001 -- 30 Sept 2002) -- line item 0004AA- rental of portable chemical toilets; estimated number of units-400, line item 0004AB-extra service calls; estimated number of units-25, line item 0004AC-emergency service (service between 6:00 p.m. and 7:00 a.m., 7 days a week); estimated number of units-12, line item 0004AD-rental and service for handicapped units;estimated number of units-10. OPTION YEAR 4: (1 Oct 2002 -- 30 Sept 2003) -- line item 0005AA- rental of portable chemical toilets; estimated number of units-400, line item 0005AB-extra service calls; estimated number of units-25, line item 0005AC-emergency service (service between 6:00 p.m. and 7:00 a.m., 7 days a week); estimated number of units-12, line item 0005AD-rental and service for handicapped units; estimated number of units-10. 17 (viii). All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items. 17 (xi). Clause 52.212-4 Contract Terms and Conditions Commercial Items (Oct 95), is hereby incorporated by reference. The following addenda are hereby incorporated into the clause: FAR 52.217-8 OPTION TO EXTEND SERVICES AUG 1989 (IAW FAR 17.208 (f) The contracting officer shall provide written notice to the contractor extending the period of performance in accordance with contract clause 52.217-8 no less that 14calendar days prior to expiration of the contract. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 1989 17 (xii) The following additional FAR clauses which are cited in clause 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era: 52.225-9, Buy American Act-Trade Agreements Act -- Balance Payments Program. 17 (xvii). Clause 52.223-3 Hazardous Material Identification and Material Safety is hereby incorporated by reference. 17 (xviii). All bids are due at 4:00 pm EDT on 29 June 98 and must be submitted to ATTN: Bid Opening Officer, Building 260, Area C, Wright-Patterson AFB, Ohio 4533-5309 17 (xvix). Contact Mary Piper at (937) 257-6146 ext 4222. Solicitation Number F33601-98-R-9016. Period of performance 1 Oct 98 to 30 Sept 99. SIC CODE 7359, Standard Size $5.0M. Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact Mary Piper at (937) 257-6146, ext 4222. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095, extension 232. 1. The Department of Defense (DoD) has determined the Central Contractor Registration (CCR) is the "Single DoD registration for contractors who conduct business or who are interested in conducting business with the Department." Defense procurement and finance policies require contractors to be registered by 31 May 1998 for consideration of future solicitations, awards, and payment. 2. DoD contracting officers worldwide will use CCR to identify sources and financial officers to make payments . To register in CCR, you may use any one of the following methods: a. Mail a completed application to the following address: Department of Defense Attn: Central Contractor Registration Assistance Center P. O. Box 5547 Depere, Wisconsin 54115-5547 b. Input directly to CCR through the interactive World Wide Web application at http://www.acq.osd.mil/ec/ 3. If you need additional contractor registration information or if you are interested in doing electronic commerce with DoD, please call 1-800-334-3414 or send electronic mail to dodedi@acq.osd.mil Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213 Every solicitation issued after 31 May 1998 must include the clause at DFARS 252.204-7004 "Required Central Contractor Registration". (0147)

Loren Data Corp. http://www.ld.com (SYN# 0080 19980529\W-0002.SOL)


W - Lease or Rental of Equipment Index Page