Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2002 FBO #0228
MODIFICATION

W -- PROVIDE AND MAINTAIN PORTABLE CHEMICAL TOILETS

Notice Date
7/16/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-02-R-A003
 
Response Due
7/22/2002
 
Point of Contact
Idella Mullins, Contract Specialist, Phone 702-652-2098, Fax 702-652-9570,
 
E-Mail Address
idella.mullins@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Non-personal Service: 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. The solicitation number is (F26600-02-RA003) and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 15 and Federal Acquisition Circular (FAC) 2001-04. The Standard Industry Classification (SIC) for this solicitation is 7359 and the North American Industry Classification System (NAICS) is 562991 based on annual average gross revenue of $6M for the last three fiscal years. This is 100% reserved for small business. The Government intends to award a fixed-priced Indefinite-Delivery (Requirements) contract on or about 1 Aug 02. Description: Provide and Maintain Portable Chemical Toilets for Nellis AFB, Silver Flag Alpha (located approximately 32 miles north of Nellis AFB on Hwy 95), and Indian Springs NV (located approximately 40 miles north of Nellis AFB on Hwy 95). Permanent toilets (toilets that shall remain in a fixed position) shall have an 80-gallon holding tank. Standard toilets (non-permanent/temporary one minimum 65-gallon) shall be required for special events and contingencies on an on-call basis. All portable toilets shall be new or in like new condition, single type occupancy, and include a urinal. Toilets shall be leak-proof and serviceable. Portable chemical toilets shall be single molded fiberglass or equivalent including the floors. The roofs, sides, and floors shall be free of leaks, cracks, and holes. The door shall swing easily to open and closed position. The door locks and hand sanitizer dispenser shall be fully operable. The back and side vents shall be mounted with insect screens free of holes. Units shall not be painted but shall be their natural color. The contractor at no additional cost to the government shall replace unusable deteriorated units that do not meet the above requirements. Units that do not meet the above requirements, whether identified by the contractor or the government personnel, shall be replaced on or before the next service day for those particular units. Units will be consistent in color in location(s) where multiple units are required. Requirements for special events and contingencies such as Air shows and July 4th Celebration may be mixed colors due to the number of units required and the limited time of use. Proposals shall identify how the contractor will support the need for additional toilets as required by the Statement of Work for special events, surges, etc. Note: The Basic Period requires 400 (275 standard and 125 handicap), at a minimum 65 gallon chemical toilets be in place on 4 Oct 02 for the October Air Show scheduled for 5th and 6th of October 02. This requirement is written with a basic year and four options years. The Government requires at a minimum an estimated 56 permanent portable chemical toilets for all five years. Quantity, line items and unit of measure are inclusive in the bid schedule. The attachments including, the bid schedule, Statement of Work, Offerors Representation and Certification, Appendices A-C, past performance reference list and Wage Determination are available on the Federal Government Electronic Posting Systems (EPS) site, http://eps.satx.disa.mil/ or http://eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). A site visit is scheduled for 8:00 a.m.(PST),10 Jul 02. All interested parties will meet at 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV no later than 8:00 a.m.(PST). Because of security considerations, it is advisable to arrive at the Nellis AFB Visitors Center, located at the Las Vegas Blvd/Craig Road gate, at least one (1) hour early to obtain a visitor?s pass. Toilets shall be in place on or before 01 October 2002 and coordination with the incumbent contractor is required. The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors?Commercial, with a technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discount, and delivery times; OFFERORS SHALL BE SUBMITTED BY LETTERHEAD WITH ALL INFORMATION REQURED BY 52.212-1 (b). FAR 52.212-2, Evaluation ? Commercial Items, block in paragraph (a) reads award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, using technical (capability of items being offered to meet the Government?s needs) price and past performance as evaluation factors; the evaluation shall be based on the Tradeoff process and all evaluation factors other than price, when combined, are approximately equal to price. Offerors must submit manufacture specifications and product literature on portable toilets for technical evaluation. Offerors shall submit with their proposal the company names, point of contact and phone number of three (3) of your largest contracts, with other business or government agencies. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror shall not be evaluated favorably or unfavorable on past performance. Offerors are authorized to provide information or problems encountered on the identified contracts, if any, and corrective action taken. FAR 52.216-19, Order Limitations: the minimum order limitation for any single item is one (1) portable toilet; the maximum order limitation for any single item is 450 portable toilets. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items.52.216-21, Requirements, 52.217-4, Evaluation of Options Exercised at Time of Contract Award, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of The Contract, 52.222-19, Child Labor Cooperation with Authorities and Remedies, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.233-3, Protest after Award; FAR 52.222-6, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam, Era; FAR 52.222-36, Affirmative Action for workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if the were employed by the contracting agency subject to provisions of 5 USC 5341 or 5332. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires: Laborer WG-2, Step 2, Laborer $13.43, Fringe Benefits $2.15, Truck driver- Medium Truck WG-6, Step 2, Truck driver- Medium Truck $17.26, Fringe Benefits $2.15; 52.228-5, Insurance-Work on a Government Installation, 52.232-18, Availability of Funds, 52.232-36, Payment by Third Party; 52.222-44, Fair Labor Standards Act and Service Contract Act ? Price Adjustment; 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement: Wage Determination Number 1994-2331, Revision Number 20, Date of last revision 05/29/2002 applies to this solicitation. The provisions at 52.214-22, Evaluation of Bids- Multiple Awards; 52.216-27, Single or Multiple Awards; 52.246-4, Inspection of Services?Fixed Price; 52.252-2, Clauses Incorporated by Reference; 252.225-7000, Buy American Act- Balance of Payments Program Certificate; 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the clause at 52.211-16, Variation in Quantity apply to this solicitation. The provisions at 52.212-3, Offeror Representation and Certifications?Commercial Items, applies for this solicitation. Offerors must include with their proposals a completed copy of the provisions at 52.212-3, which is an attachment to this solicitation. Offerors who fail to complete and submit Representation and Certification and a past performance reference list may be considered non-responsive. For solicitation issued after 1 Jun 98 all **Contractors are required to be Registered in the Central Contractors Registration (CCR)** to be awarded a government contract. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order be registered in the CCR database. Lack of registration may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. Successful contractor personnel may be required to undergo a criminal background check prior to working at Nellis AFB. If required, the criminal background check will be conducted at contractor expense. Interested parties must submit questions in writing (via e-mail, windows compatible) to BOTH individuals listed below, or fax to 702-652-9570, or by US postal service to the below address. Proposal, including Representation and Certification, product literature, how you will support special events, etc., and amendments, if any, must be signed, dated and submitted by mail or electronically to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, attention Ms Idella Mullins, by 2:00 p.m. (PST), 19 Jul 02. The facsimile number is 702-652-9570. If proposals are sent by facsimile, the entire original hard copy shall be received at the 99th Contracting Squadron by 2:00p.m. (PST), 24 Jul 02. Contact Contracting Specialist, Idella Mullins at (702) 652-2098 (idella.mullins@nellis.af.mil) or Contract Officer, Mr. George Dowdey (george.dowdey@nellis.af.mil) at (702) 652-2099 for information regarding this solicitation.
 
Place of Performance
Address: NELLIS AFB NV
Zip Code: 89191-7063
 
Record
SN00117489-W 20020718/020717061813 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.