Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

S -- Toilet Vault Pumping Services

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
RFQ-CAZ-03-60
 
Response Due
7/2/2003
 
Point of Contact
Ruth Brado, Contracting Officer, Phone 970-498-1151, Fax 970-498-1045, - Mai Dailey, Procurement Technician, Phone 970-498-2508, Fax 970-498-1045,
 
E-Mail Address
rbrado@fs.fed.us, mdailey@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is RFQ-CAZ-03-60 and is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-14 with corrections dated June 3, 2003. (iv) Solicitation is a total small business concern set aside under NAICS Code: 562991, Septic and Tank Related Services. The size standard for this NAICS Code is $6.0 Million. (v) Line Items: Provide Services for the pumping and disposal of the toilet wastes from vault toilets, septic tanks, or other holding tanks at the following Forest Service locations for the remaining of Fiscal Year (FY) 2003 and three (3) option years: (1)Hahns Peak Lake-Eight 750 gallon vaults (2)Hahns Peak Lake Host Site?One 1200 gallon vault (3)Hinman Campground-Four 750 gallon vaults (4)Seedhouse Campground?Six 750 gallon vaults (5) Seedhouse Group Area-Two 750 gallon vaults (6)Seedhouse Guard Station-Two 750 gallon vaults (7)Seedhouse Trailhead-Two 1000 gallon vaults (8)Seedhouse Host Site-One 1200 gallon vault (9)Slavonia Trailhead-One 750 gallon vault (10)Mad Creek Trailhead-One 750 gallon vault (11)Ferndale Campground-Two 750 gallon vaults (12)Pleasant Valley Overlook-Two 750 gallon vaults (13)Meadows Campground-Ten 750 gallon vaults (14)Dumont Lake Campground-Six 750 gallon vaults (15)Dumont Lake Picnic Area-Four 750 gallon vaults (16)Dumont Host Site-One 1000 gallon vault (17)Walton Creek Campground-Six 750 gallon vaults (18)Dry Lake Campground-Two 750 gallon vaults (19)Summit Lake Campground-Two 750 gallon vaults (20) Summit Lake Picnic Area-Two 750 gallon vaults (21) Fish Creek Falls Picnic Area-One 1500 gallon vault (22)Fish Creek Falls Parking Area-One 4000 gallon vault (23)Fish Creek Host Site-One 1200 gallon vault (24)Freeman Campground-Four 750 gallon vaults (25)Freeman Picnic Area-Two 750 gallon vaults (26)Sawmill Campground-Two 750 gallon vaults (27)Buffalo Pass Campground-Two 1000 gallon vaults (28)Granite Campground-Two 750 gallon vaults (29)Muddy Creek Trailhead-Two 750 gallon vaults. The maximum times vault pumping will be required for all locations is one time per year (Option Year 1 Line Items 1-1 through 1-29), (Option Year 2 Line Items 2-1 through 2-29), (Option Year 3 Line Items 3-1 through 3-29). Price per pumping is required for the Base Year and each of the three Option Years for all line items. (vi) and (vii) 1. There is not an established schedule for work under this contract, as the need for vault pumping is dependent upon variations in use at the recreation areas and cannot be ascertained in advance. Requests for pumping services will be made verbally by the designated COR and confirmed in the COR?s records. The contractor shall notify the COR within 24 hours of the time the work is completed. 2. All solid waste material or refuse capable of being pumped shall be removed from each vault for which pumping services are ordered. Any other material not pumped out shall be removed, bagged, and disposed of non-National Forest land. 3. After refuse is pumped or otherwise removed, the vault shall be flushed with a chemical solution consisting of water and disinfectant. The interior of the toilet building, including the toilet stool (inside and out), floors, wall surfaces, and the entrance area walkway shall be cleaned of all waste products and refuse after pumping operations. A general purpose disinfectant/detergent/deodorant shall be applied to the interior of the toilet building. The contractor shall remove and replace any barriers required for access to pump the toilet vaults. All toilets pumped will require a 10? re-charge of water. The 10? depth is measured directly below the riser from the bottom of the tank. Water for re-charging shall be considered incidental to the pumping. 4. All work under this project shall be performed in a manner providing a minimum of interference with the users of the recreation areas. The contractor and his/her employees while driving in the recreation areas shall take special care. 5. Waste products extracted from the vaults will be disposed of at the contractor?s expense at municipal or county sewage disposal facilities. It shall be the contractor?s responsibility to locate and to make proper arrangements to dispose of sewage at disposal and treatment facilities, which meet State and local requirements. 6. Work shall be inspected by the Government and checked for compliance with the specifications. The Government will verbally notify the contractor within 48 hours of any non-acceptance of work. (viii) Provision 52.212-1, Instruction to Offerors ? Commercial, applies to this acquisition (ix) Provision at 52.212-2, Evaluation ? Commercial Items, Price will be the factor to evaluate offers. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with the offer. (xi) Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders ? Commercial Items, applies to this acquisition the following FAR clauses also apply: 52.216-18, Ordering; 42.216-19, Order Limitations; 52.216-22, Indefinite Quantity; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.232-19, Availability of Funds for the Next Fiscal Year. AGAR clauses that apply: 452.216-73, Minimum and Maximum Contract amounts; 452.211-75, Effective Period of the Contract. (xiii) The following Numbered Notes apply to this solicitation and ensuing contract: 1 (one). (xiv) Offers are due 12:00 NOON, MONDAY, JULY 2, 2003. Offers can be mailed to: USDA Forest Service, Central Administrative Zone ? Contracting; 240 West Prospect Road, Fort Collins CO 80526. Facsimile offers will be accepted at 970-498-1045, it is the offerors responsibility to contact the acquisition office to verify the complete offer package is received if submission is via facsimile. Please include the solicitation number, RFQ-CAZ-03-60, on the offer. (xv) For a solicitation package or questions regarding this solicitation contact Ruth Brado, Contracting Officer, at 970-498-1151 or rbrado@fs.fed.us.
 
Place of Performance
Address: Hahns Peak-Bears Ears Ranger District, Medicince Bow-Routt National Forest/Thunder Basin National Grassland, 925 Weiss Drive, Steamboat Springs CO
Zip Code: 80487-9315
Country: USA
 
Record
SN00354327-W 20030625/030623213323 (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.