Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
MODIFICATION

99 -- Rental of portable toilets and hand washing units

Notice Date
4/27/2005
 
Notice Type
Modification
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HQS-PC-05-0107
 
Response Due
5/5/2005
 
Archive Date
5/20/2005
 
Point of Contact
Lorie Derr, Purchasing Agent, Phone 520-670-6871, Fax 520-883-0628,
 
E-Mail Address
lorie.derr@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is to change the Response Due Date to: May 5, 2005 and the period of performance from May 13, 2005 thru September 15, 2005. CLIN 0001, 56 portable toilets performance period from May 13 - July 15, 2005 $____________. CLIN 0002, 36 portable toilets performance period from July 16 - September 15, 2005 $____________. CLIN 0003, 14 hand washing performance period from May 13 - July 15, 2005 $_______________. CLIN 0004, 11 hand washing units performance period from July 16 - September 15, 2005 $______________. All hand washing units are for two (2) persons. There is no potable water at the site. The gray/black water shall be dispose of at designated sites setup by the city of Nogales, AZ. Vendors must register with the city of Nogales. The following provision and clauses are incorporated by reference into this acquisition. 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-7 Anti-Kickback Procedures, 52.233-2 Service of Protest, 52.233-3 Protest after award. Completed quotes are due by 5:00 p.m. Eastern Standard time on May 5, 2005. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation Number HQS-PC-05-0107 is used for reference purposes. This is 100% SET-ASIDE FOR SMALL BUSINESS. One contract is anticipated to be awarded as a result of this synopsis. The Dept of Homeland Security, Bureau of Customs and Border Protection has a requirement for the following items for the period 03 May thru 30 September 2005: CLIN 0001, 56 portable toilets for two months $_____________ CLIN 0002, 36 portable toilets for two months $_____________ CLIN 0003, 14 hand washing units for two months $____________ CLIN 0004, 11 hand washing units for two months $ ____________ A total of four months for CLIN 0001 thru CLIN 0004. The contractor shall provide all materials, labor, equipment, transportation and supervision to supply portable toilet and hand washing stations to the Tucson Sector Nogales Arizona Processing Facility at the warehouse attached to the Border Patrol Station in Nogales, Arizona. The warehouse attached to the Nogales Border Patrol station will be turned into a processing facility. This processing facility will require certain facilities for use by those who are detained therein. This contract will be set up for four months beginning the first week of May 2005. The Contractor shall provide 56 portable toilets and 14 hand washing stations with soap and paper towels for a period of two months. The contractor shall provide 36 portable toilets and 11 hand washing stations with soap and paper towels for the remaining two months. Each of these toilets and hand wash stations will be placed on concrete floors adjacent to the security fencing. Each of the toilets and hand wash stations needs to be secured to the security fencing to prevent detainees from knocking them over. The contractor shall provide service for these toilets and hand wash stations on a daily basis between the hours of 0500 and 1800. The contractor will be servicing these toilets and hand wash stations within a secure area and will be accompanied by security personnel at all times while within the facility. Installation will be performed in accordance with standard practice and will meet any applicable codes. The work areas will be kept clean on a daily basis for the proper completion of all work. Contractor shall be responsible for clean up of all debris/trash that is generated as a result of this project. All debris/trash shall be removed and lawfully disposed of in a proper facility. Any hazardous or toxic materials created from this project shall be removed and disposed of in a legal manner so as not to harm the environment. The operations of this facility are ongoing 24 hours a day 7 days a week. The contractor will take necessary precautions and be prepared to work with the ongoing day-to-day activities that occur in the areas of the Nogales Border Patrol station. The contractor shall be responsible for the safety of his/her employees. Proper safety equipment will be used where necessary. The work areas shall be kept clean as suited to the needs and safety of all personnel and employees. The Nogales Border Patrol station is a secure facility. All personnel who will work on this facility will have a security check completed to verify eligibility to perform work at this facility. All persons who have a need to enter this facility will check in and out at the front office to obtain an identification tag to be worn and returned each day. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ, FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) Technical Capability. (b) Past Performance, (c) Price, Technical Capability and past performance when combined are equal to price. Offerors shall submit as a part of their quote, completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, 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 Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within paragraph 252.212-7000(a) apply to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Required; Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil. Offers in response to this combined synopsis/solicitation are due not later than May 2, 2005. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, contact Lorie Derr at (520)670.6871, X4973 or email lorie.derr@dhs.gov. Quoters are requested to submit quotes via email, however, facsimile copies are acceptable at (520)883.0628. Hard copies will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/HQS-PC-05-0107/listing.html)
 
Place of Performance
Address: Customs & Border Protection Nogales Border Patrol Station 1500 West LaQunita, Nogales, AZ (Santa Cruz County)
Zip Code: 85621
Country: USA
 
Record
SN00797111-F 20050429/050427214031 (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.