Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

S -- Toilet (Septic) Pumping at Various Sites on the Inyo National Forest

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Eldorado N.F., 100 Forni Road, Placerville, CA, 95667
 
ZIP Code
95667
 
Solicitation Number
RFQ-IBET-03-02-150
 
Response Due
8/8/2002
 
Point of Contact
Michiko Tanizaki, Contracting Officer, Phone 530-573-2638, Fax 530-621-5258, - Carrol Jagger, Procurement Assistant, Phone 530 621-5232, Fax 530 621-5258,
 
E-Mail Address
mtanizaki@fs.fed.us, cjagger@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
TOILET (SEPTIC) PUMPING OF VARIOUS RECREATION SITES ON THE INYO NATIONAL FOREST. RESPONSES ARE DUE ON AUGUST 8, 2002 BY CLOSE OF BUSINESS (4:30 PM). THE CONTRACTING OFFICER'S REPRESENTATIVE (COR) IS STEVE LARRABEE, 760-647-3031, for Items 01 and 02, and Hern Crane, 760-873-2511, for Items 03. THE COR IS THE CONTACT FOR TECHNICAL QUESTIONS. This is a combined synopsis/solicitation under the FAR, Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is an IDIQ solicitation with the probability of multiple awards. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through FAC 08. This is a small business set-aside solicitation. The NAICS is 562991 with a size classification of $6.0 million. The schedule of items is enclosed as a separate document for clarity. This solicitation is for a base period and 2 option periods. Maps are available upon request from the issuing office. ...........PART 1 SCOPE OF CONTRACT Description of Work: The intent of this contract is to provide toilet (septic) pumping service for the Inyo National Forest at recreation sites throughout the forest. .....PART 2 PROJECT LOCATION & DESCRIPTION Location: The project is located on the Inyo National Forest, Mono Lake and Mammoth Ranger Districts. Lundy Canyon Trailhead: is located up at the head of Lundy Canyon. At the intersection of US 395 and State Route 167 travel west approximately 6.5 miles to end of road. Walker Lake Trailhead: from north entrance of State highway 158 and junction of US 395 travel approximately 1.5 miles west to Parker Lake/Walker Lake turnoff. At approximately 0.5 mile, turn right on 1S28. Travel approximately 0.6 mile to "T" intersection and turn right. Travel approximately 0.5 mile to 1S23 and turn left. Travel approximately 3.0 miles to the end of the road. Glass Creek Campground: At intersection of US 395 and Crestview CalTrans station turn west on 2S49 travel approximately 0.5 mile to campground. Deadman Campground: from intersection of US 395 and 2S05 (approximately 0.5 mile south of Crestview CalTrans station) travel west approximately 3.5 miles. Campgrounds on the left. Big Springs Campground: from intersection of Owens River Road and US 395 travel east approximately 2.5 miles. Campground on left at 2S04 junction. South Tufa Day Use Area: from intersection of US 395 and State Highway 120 East, travel east approximately 4.5 miles to junction of 1N52/1N51. Turn left on 1N51, follow signs, for approximately 1.0 mile to parking area. Navy Beach Day Use Area: same directions as South Tufa. From intersection of State Highway 120 and 1N52/1N51. Take 1N52, follow signs, for approximately 1.5 miles to parking area. Hot Creek Day Use Area: from intersection of Hot Creek Road and US 395 (just north of Mammoth Airport) travel east approximately 3.5 miles. Hot Creek Day Use Area is on the left at this point. Location: The project sites for the Inyo National Forest, White Mountain Ranger District . Big Pine Creek Area is located west of the town of Big Pine. Take 395 to Glacier Road in the town of Big Pine, this road will lead you into the Big Pine Creek Recreation area. The Hiker Trail Head Parking is approximately 11 miles up the road on the left side and the Picnic Area is approximately 13 miles where the road dead ends. Bishop Creek Area consists of two canyons : South Fork and Sabrina/North Fork, that splits approximately 15 miles west of Bishop on Highway 168. South Fork consists of La Hupp Picnic area approximately 7 miles south on South Fork road and South Lake Parking approximately 9 miles south on South Fork road. On Highway 168, Lower Intake #2 Day Use is 1 mile south of the road split and Sabrina Lake Parking is approximately 5 miles south of the split where the road ends. North Lake Road is on the left side approximately 3 miles south of the split. North Lake Day Use is the first toilet you come to, then follow the lake around to the Hiker Parking area toilet, and then precede behind the gate to the Fishing Area toilet. White Mountain Area is off Highway 168 east of Big Pine. Take Highway 168 east of Big Pine approximately 13 miles till you reach the Bristlecone Pine Scenic Highway, Forest Road 01, then turn onto this road going north. The Grandview Campground is approximately 5 miles north on the west side. After Grandview travel another 4 miles to Schulman Grove. The road is well marked and signed to these locations. Pine Creek Area is located off Highway 395 north of Bishop approximately 6 miles to the Pine Creek road (FS road 6S17). Take this road approximately 9 miles west to the trailhead next to Pine Creek Pack Station. Rock Creek Area is located off Highway 395 north of Bishop of at Tom's Place. Take the Rock Creek Road south approximately 9 miles to the Rock Creek Lake Day Use site, 10 miles to the Hilton Lakes Trailhead, 11 miles to the Picnic area, and the Mosquito Flat Trailhead is at the end of the road. McGee Creek Area is located off Highway 395 north of Tom's Place at McGee Creek road by Crowley Lake. Take the McGee Creek road southwest to the end of the road for the trailhead. Description: Pump vault, pit, and portable chemical toilets at various recreation site Accessibility: All sites are accessible by dirt roads and within 50 ft. of the toilets to be pumped. ............PART 3 MAPS Maps showing the general vicinity and/or specific work areas are available upon request of the issuing office. Maps are general in nature and are not to be considered as definitively identifying locations. .....PART 4 ESTIMATED START DATE & CONTRACT TIME Start: Work is on a call when needed basis, usually begins in mid April (except for 2002 which will start in mid-August), and extends to December 31 of each year. ............PART 5 RESTRICTIONS ON WORK Restrictions are as follows: When the Contracting Officer (or designated representative) determines that adverse weather has made access too dangerous or that continued vehicular travel would cause unacceptable road damage. All non-portable chemical toilets will be re-charged by the USFS. See 7-2, Specifications. Some locations may have replacement toilets during 2003 or 2004. ..........PART 6 CAMPING AND HOUSING Camping is not permitted in US Forest Service campgrounds. Contractor will be permitted to camp elsewhere on US Forest Service land. Camping on Forest Service land is not a right; permission may be revoked for failure to comply with the terms of the permit. ..........PART 7 TECHNICAL REQUIREMENTS ............PART 7-1 DEFINITIONS Sewage: Liquid, semi-liquid and solid waste matter. Debris: All other refuse found in vault, pit or portable toilets, to include but not limited to items such as the following: cans, bottles, rocks, sticks, clothing, plastic bags, metal products, diapers, sanitary napkins, whole toilet paper rolls, misc. trash, etc. ..........PART 7-2 SPECIFICATIONS Minimum Pumping Order Guarantee:As a minimum, each task order issued for the pumping of toilets on the Mono Lake District, will guarantee one of the following: a. Two vaults b. One vault and one pit c. One vault and two portables As a minimum, each task order issued for the pumping of toilets on the Mammoth Ranger District, will guarantee one of the following: a. Two vaults b. One portable As a minimum, each task order issued for the pumping of toilets on the White Mountain District, will guarantee one of the following: a) Two vaults b) Two pits c) One portable toilet Pumping Procedures when an Outside Manhole is Available : Portable toilets shall be completely emptied. All portable chemical toilets shall be recharged by the contractor adding 12 to 14 gallons of water and chemical to each unit immediately after pumping. Large vaults and pits are to be emptied to a point not less than 6 inches from the bottom. The compacting of waste material in the bottom of the vault by tamping will not be allowed. As long as the outside pump out access is in excess of 20 inches in diameter (or 20 inches square) the contractor shall not be allowed to remove the contents through the toilet riser. Using a pressure washer system, wash down the interior walls of the vault before the clinging debris has a chance to dry. If at this time there is a heavy concentration of solids on the bottom of the vault, use the pressure system to breakup and dilute the solids and then pump this diluted waste down again to the 45 inch level. Compacting the waste in the bottom of the vault to obtain the 45 inch level will not be allowed. The flat-bottomed vault shall be recharged with enough water to bring the depth of water up to 10 inches. Hot Creek shall be recharged to 20 inches. For sloped vaults, pump the waste down (at the deep end) to where the hose begins to suck air. Remove any remaining debris and then go inside the building with the pressure system and wash the remaining waste down the sloped bottom. Pump out the remaining waste until the suction hose begins to suck too much air to make further pumping practical. Recharge the vault with clean fresh water so there is 10 inches of water covering the bottom under the toilet riser. Clean up and disinfect all contaminated areas resulting from the pumping process. Either sweep or wash all waste that is deposited on the concrete surrounding the manhole cover back into the vault if possible. Avoid getting waste on the adjacent gravel or dirt. Pumping Through the Toilet Riser when there is no Outside Manhole:Remove the debris and pump accordance with 9.3. Extra care shall be taken to prevent waste spillage onto the interior wall and floor surfaces. The toilet paper dispenser and toilet riser shall be protected from damage and contamination. During the final cleanup, the interior wall and floor surfaces contaminated by waste shall be thoroughly disinfected. Thoroughly disinfect both inside and outside of the toilet riser. The riser, door handles and knobs shall be dry before the contractor leaves. Each unit shall be available for immediate use after the pumping and final cleanup. The contractor shall not leave any toilet location until final cleanup is complete. All chemical toilets in the North Zone Recreation Area are owned by the USFS. See Item 01-I. In addition to pumping any chemical (portable) toilet shall be re-charged as per normal industry standards. The chemical (portable) toilets in the South Zone Recreation Area are owned by the previous contractor. The successor contractor shall, if awarded the pumping of the chemical (portable) toilets, provide replacement toilets. See Items 02 I. and 02 L. In addition to pumping any chemical (portable) toilet shall be re-charged as per normal industry standards. All non-portable chemical toilets will be re-charged by the USFS. Drafting of water:Contractor may draft fresh water (for pressure washing, recharge and final cleanup) from lakes, ponds, and streams under the following conditions: a. Drafting shall be accomplished where it least interferes with public use of the facility and is least visible by the public. b. No waste shall be introduced into any body of water. c. The Contracting Officer shall approve all sites used for drafting of water. Offsite Disposal of Sewage and Debris: The contractor shall be responsible for making disposal arrangements, including disposal of all effluent, debris, and trash, and shall be responsible for payment of all fees. Disposal shall conform to all Federal, State and local laws and ordinances. The Contracting Officer (CO) shall approve all disposal sites before pumping begins. Conduct of Personnel: The Contractor and employees shall make every reasonable effort to prevent interference with the normal use and occupancy of recreation areas while engaged in the performance of the contract. Due to the nature of the contract, the Contractor and employees shall keep themselves and equipment presentable at all times. The Contracting Officer (CO) may, in writing, require the Contractor to remove from the work site any employee the CO deems incompetent, careless, discourteous to the public, or is otherwise objectionable, or for theft, possession and/or removal of materials, supplies, equipment, or any Government owned property. Resource Damage:Any damage or defacement that occurs to government property or land resources as a result of the Contractors operations shall be repaired, at the contractor's expense, to its original condition. ...........PART 7-3 CONTRACTOR-FURNISHED EQUIPMENT The contractor's tank must have a California Department of Transportation certification. The truck must be equipped with the type of a backup brake system for steep grades and high elevations up to 11,000 feet. Fifty feet of suction hose will be required to pump toilets that are some distance from a service road. Tank truck must be able to draft sewage at extremely high elevations. The contractor shall furnish all toilet pumping equipment, tank truck (a truck that can reverse the suction process and create a pressure force is preferred so that the inevitable clogged lines can be more easily cleaned), water truck, tools, approved disinfectant, and other equipment and supplies necessary to perform work in accordance with these specifications. A four-inch minimum suction hose and attachment couplings shall be utilized to accomplish all pumping requirements. The length of hose must be long enough to accomplish the required pumping. A pressure washing is required to wash the sides and end walls of the vault after pumping and may be necessary to dilute solidified waste in the bottom of a flat bottomed vault and to wash the last portion of waste down a sloped bottomed vault. Water drafting equipment (if necessary to get water from a lake, pond, or stream) shall consist of pumps, tanks, hoses, etc. and shall be completely separate from toilet waste pumping and hauling equipment. All disinfecting solutions shall be approved by the Contracting Officer. All equipment shall be in full accordance with any local and State regulations. ..........PART 9. SERVICE CONTRACT ACT WAGE DETERMINATION. The following wage determination will apply for this solicitation: Mono County : Wage Determination # 94-2333, Revision 20. Heavy Equipment Operator - $16.82 Rate with $2.15 Fringe Laborer, Grounds Maintenance - $9.04 Rate with $2.15 Fringe Inyo County : Wage Determination # 94-2073, Revision 18 Heavy Equipment Operator - $16.37 Rate with $2.15 Fringe Laborer, Grounds Maintenance - $10.59 Rate with $2.15 Fringe NOTE: The classifications listed above are the classifications of workers that are anticipated to be used for this particular project. If in preparing the bid or during the course of the contract there is need for labor classifications other than those listed above, contact the issuing office .....PART 10. CONTRACT CLAUSES In accordance with the Federal Acquisition Regulations (FAR), the following clauses are incorporated by reference: FAR.212-1 Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-2 52.212-3 Offeror Representations and Certifications : Commercial Items (MAY 2002); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002); and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002)with the additional FAR clauses stated at the following paragraphs within 52.212-5 applying (a)(b)(5)(7)(11)(12)(13)(14)(15)(16)(19)(25)(c)(1)(2)(3). The full text of all the above referenced clauses or provisions may be accessed electronically at www.arnet.gov/far/ Go to Part 52 of the FAR. Additionally, the following clauses are included in the solicitation: 52.214-22 EVALUATION OF BIDS FOR MULTIPLE AWARDS. (MAR 1990) In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is from August 2002 through October 31, 2002. 52.222-43 Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (MAY 1989) 52.216-27 Single or Multiple Awards (OCT 1995) 52.217-5 Evaluation of Options (JUL 1990) FAR 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from _date of award_________ through December 31, 2002 and each option period year. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after __December 31, 2002 and each option period year. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days prior to the beginning date of the new option period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __60___ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _2 years, 5 months______ FAR 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2002_______. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2002, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. ...........PART 11. SOLICITATION PROVISIONS FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a 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 offers: _past experience___ past performance_ equipment availability_ Technical and past performance, when combined, are _equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. .........PART 11. HOW TO SUBMIT QUOTE: A fax quote is acceptable: The fax number is 530-621-5258. Complete and submit Clause 52.212-3 Offeror Representations and Certifications - Commercial Items. In addition, provide enough information to allow a determination as to whether the quoter meets the evaluation criteria referenced in Clause 52.212-2 Evaluation - Commercial Items (see above under Part 10 above)
 
Place of Performance
Address: USDA - Forest Service, Inyo National Forest,, Inyo County and, Mono County, ,
 
Record
SN00130167-W 20020803/020801213223 (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  © 1994-2020, Loren Data Corp.