Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

99 -- Portable Chemical Toilets for New River Gorge National River, West Virginia

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
New River Gorge National River - Contracting 104 Main Street, PO Box 246 Glen Jean WV 25846
 
ZIP Code
25846
 
Solicitation Number
Q4780070704
 
Response Due
4/20/2007
 
Archive Date
3/29/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of chemical toilet service, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-07. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation/Request for Quotations (RFQ) number is Q4780070704. This acquisition is reserved exclusively for small business concerns. The North American Standard Industry Classification System (NAICS) is 562991, and size standard is 500 employees or less. This acquisition is to furnish portable chemical toilets throughout the New River Gorge National River, Bluestone NSR and Gauley River NRA beginning May 1, 2007. Furnish chemical toilets to various sites within the three parks, and provide associated supplies and sanitary services. Toilets are to be pumped according to the schedules. To receive copies, email request to peggy_maddy@nps.gov. or call 304-465-6520. Completed schedules must accompany the RFQ. Interested parties shall submit a quotation based on these schedules. The Government reserves the right to add or remove units as needed. SCOPE OF WORK: SCOPE - Furnish chemical toilets to various sites within New River Gorge NR, Gauley NRA and Bluestone NSR and provide associated supplies and sanitary services. Sites are located in Southern West Virginia. COMPLIANCE: portable units must meet all applicable federal, state, and local codes. Handicap accessible units must meet all appropriate accessibility standards. Disposal of waste shall be in accordance with all applicable federal, state and local codes. PERFORMANCE: Provide units, as indicated, to all locations listed in the schedules. All units shall arrive, and be maintained in a clean and serviceable condition. Doors must swing and close properly and securely and possess an interior mounted latching or locking mechanism. Units shall include a wall mounted urinal and a bench style toilet with seat and cover. All units shall contain a multi-roll (4-roll), lockable toilet paper dispenser which shall be filled on every service visit. Units shall provide separate and sufficient ventilation to both the unit and the waste reservoir. All units must contain a waste reservoir with a minimum capacity of 70 gallons. UNITS MUST BE SERVICED BETWEEN THE HOURS OF 6:00 A.M. AND 4:00 P.M. The pumping/cleaning of units shall be accomplished in accordance with the schedules. The Federal Government recognizes 11 Legal Holidays. In the event that a federal holiday falls on a scheduled servcing day, the schedule still stands and no additional compensation will be given. The servicing of units shall include the pumping of the waste reservoir, filling toilet paper dispenser, addressing the janitorial and disinfecting needs on the interior of the unit, conducting an inspection of the entire unit and; when needed, performing any necessary repairs. The contractor shall maintain privacy by repairing loccks if broken and patching holes as discovered at the vendor's expense. If repairs are not possible at that time repairs shall be performed by the next scheduled pumping date or a replacement unit provided prior to the next scheduled pumping date. Units not in place on a year round basis shall be placed at the appropriate location during the first three working days of the month indicated. Units scheduled for removal from a location shall be picked up within five working days following the removal date unless otherwise agreed upon. Any units that are determined to be excess to the needs set forth in the contract shall be picked up within five working days from the date the request is made. Any units that are moved from the specificed location due to vandalism must be put back at the exisitng site WITHIN 24 HOURS. This requirement applies even if a new unit has been placed due to the vandalism. All units provided at the start of the contract shall conform to all the requirements set forth above. The contractor shall have 24 hours to respond and correct any deficient units as reported by the Contracting Officers Representative (COR). Failure to respond will result in a deduction to the contract unit price for the unit(s) deemed deficient on a pro-rata per day basis until the deficiency is corrected. The time computed for such deductions shall be rounded up to the next whole day. If the contractor fails to service any unit or units in accordance with the schedule set forth in the Scope of Work, the pro-rata per day price for that unit(s) shall be deducted from that monthly invoice for the day(s) service/pumping was required but not rendered in the same manner as that described for deficient units described above. MEASURE AND PAYMENT: Payment for services will be based on the schedule of unit proces with invoicing to occur monthly. Invoices shall be submitted to the COR for approval who shall promptly forward the approved invoice to the Contracting Officer (CO). In the case of partial concurrence with the invoice due to necessary deductions as descrbed above, the COR shall forward the partially approved invoice along with a letter detailing the specific unit(s) and time(s) where a deficient condition* was deemed to exist or where the contractor failed to service the unit(s) according to the contract schedule to the Contracting Officer promptly (within 2 working days) after receiving the invoice. The COR shall also concurrently send a copy of the forwarding letter (only) to the Contractor. The CO shall reduce the amount of that monthly payment by the appropriate deduction amount. The Contractor shall promptly, within 3 working days of receipt of the COR's letter noting the deduction, notify the CO in writing of any disagreement with the deductions taken. Failure to resolve the disagreement over the deduction shall be resolved under the disputes clase of the Contract. The Contractor's equipment and trucks must be readily identifiable and maintained in a clean, sanitary condition and inspected prior to servicing park units to ensure that all fittings are tight and not leaking. In the event that the vendor experiences equipment breakdowns that will prevent the vendor from meeting the service schedule or placement/removal schedule, the COR must be notified via telephone prior to or on the service date. Failure to comply with the service schedule or time schedule for placing/removing units may result in withholding of payment. Contractor/vendor shall maintain a written log of pumping/cleaning units and shall furnish a copy of such log to the Park within five (5) business days after the end of each month. The contractor shall provide a sample copy of the written log to the Park, prior to contract award. The log shall include location of chemical toilet, date and time serviced and vendor's signature. *A deficient condition is considered to exist when any unit fails to conform to any of the requirements of the "Performance" or "Compliance" paragraphs of this specification. CONTRACTORS SHALL REPLACE DAMAGED/LOST UNITS AT THEIR OWN EXPENSE. SPECIAL NOTE: CONTRACTOR WILL PROVIDE A SET PRICE PER UNIT UPON REQUEST BY CO THROUGH THE COTR FOR ADDITIONAL CHEMICAL TOILETS NEEDED ON ANY SPECIAL EVENT THROUGHOUT THE CONTRACT. LOCATION WILL BE SPECIFIED ON ITS REQUEST UPON NOTIFICATION WITHIN 2 TO 3 DAYS. SERVICE CONTRACT ACT 1965, AS AMENDED APPLIES TO WAGES PAID ON THIS CONTRACT. FOR A COPY EMAIL peggy_maddy@nps.gov.The following FAR provisions and clauses apply: 52-212-1, Instruction to Offerors-Commercial Items; 52-212-4, Contract Terms and Conditions-Commercial Items; and 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Applicable are: 52-222-21; 52-222-3; 2-222-26; 52-232-1; 52-233-1; 52-244-6; 52-222-19; 52-222-36; 52-222-41; 52-232-33; and 52-232-3. Full text versions of all FAR references and clauses are available at http://www.arnet.gov/far. This solicitation is for one base year and one optional year. Reference the quotation number (Q4780070704) on all your documents. Quotes must be signed, dated and submitted on company letterhead including the company name, official point of contact name for the company; DUNS number, TIN number, address and phone number. Contractors must be registered on the Central Contractors Register at www.ccr.gov. Submit quotations with schedules to the attention of the Contracting Officer, and mail to NPS, New River Gorge NR, PO Box 246, Glen Jean, WV 25846. Quotations must be received no later than 4:00 p.m., EDST, Friday, April 20, 2007.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2465965)
 
Place of Performance
Address: New River Gorge National River, 104 Main St, Glen Jean, WV 25846
Zip Code: 258460246
Country: USA
 
Record
SN01263252-W 20070401/070330221143 (fbodaily.com)
 
Source
FedBizOpps 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.