Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
MODIFICATION

W -- PRE-PRICED BLANKET PURCHASE AGREEMENT (BPA) AMENDMENT TO POST QUESTIONS AND ANSWERS

Notice Date
2/28/2008
 
Notice Type
Modification
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-08-T-0009
 
Response Due
2/29/2008
 
Archive Date
4/29/2008
 
Point of Contact
DONNA PROCTOR, 760-380-5013
 
E-Mail Address
Email your questions to ACA, Fort Irwin
(donna.proctor@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment is to post Questions and Answers and to delete the noted section from the solicitation as stated in Questions 3 and 9. Maps provided upon request. 1. Why is this requirement not set aside for a Service Disabled Veteran Owned Small Bu siness (SDVet Business)? In reference to this and previous requests to sole source this requirement to a service disabled veteran owned business or restrict competition to only businesses identified as service disabled veteran owned businesses concern a market survey was conducted in accordance with FAR 19.1405. To set-aside an acquisition for competition restricted to SDVet Business concerns, the contracting officer must have a reasonable expectation that offers will be received from two or more servic e-disabled veteran-owned small business concerns; and award will be made at a fair market price. The results of the market survey showed that there insufficient competition within the Service Disabled Veteran Owned business set-aside; specifically the res ults revealed only one business within this set-aside was likely to provide an offer. There were similar results for all of the other social economic set-asides. Given the magnitude and flexibility of this requirement receipt of competitive proposals is the best method for obtaining successful performance at reasonable price. Markey survey results show that there is sufficient competition for this requirement within small business. 2. The Solicitation does not state the precise locations for place ment of units. Can you provide Military Grid Locations or Mile ranges from main post for each of the Line Items? A map is submitted in identifying location proximity of actual need and the purpose of proposing. Grid locations will be provided per call.< BR> 3. The solicitation states, The prices to the government shall be as low as or lower than those charged the suppliers most favored customer for comparable quantities under similar terms and conditions&. Your current contractor, Vantex Service Co rporation, currently charges Ft Drum $0.01 per service, base wide. Does this mean he has to charge Ft Irwin $0.01 per service also since Ft Drum in this case would be his most favored customer? This requirement is deleted from the solicitation.. 4. At the conclusion of performance of a Delivery Order, will the contractor be required to return the units that were used in the performance of the delivery order to the yard or can they be left in place? The contractor shall remove latrines from training locations or support areas within forty-eight (48) hours after performance period has ended and return them to the Yard. 5. The solicitation states, Latrines will have holes in the walls, Chemical Leaks,& I am not sure that we have any units tha t have chemical leaks or holes in the walls. Is this a misprint? Yes, this was a misprint. Thanks for bringing this to our attention. The sentence should have read, Latrines will have no holes in the walls or doors, no chemical leaks, hinges and latch es shall operate as intended in original design. Each latrine shall be completely enclosed with roof ventilation to release odors. 6. The solicitation states Latrine vents shall be screened to preclude the entry of insects. Are you referring to the windows at the top of the walls or the waste tank vent pipe? The industry standard is to screen the windows and not the vent pipe. Yes, the reference is for the windows located at the top of the walls. 7. Under the heading of Location you refer to attached maps. There were no maps attached. Can you please send them? A map is provided upon request in identifying location proximity of actual need and the purpose of proposing. Grid locations will be provided per call. 8. The solicita tion requires hand wash stations to be desert sand in color. The industry standard is grey. Since most if not all of these will be located on the FOBs is it necessary that they be sand colored or can they be grey? Yes, the desert sand color for the handwash station is required in keeping with the desert background. This aids in making the training environment as realistic as possible and does not present a distraction. 9. The solicitation requires a form to be turned in at the end of each week to the COR? Is this a new requirement or are you doing this now? This requirement is deleted from the solicitation. 10. How will you award delivery o rders under the BPA system? Will you award to the lowest offered price on each line item, will you rotate the work, or will you try to even the dollar amount and work between the contractors? BPA calls will be rotated among awardees. In the event that t he awardee cannot meet the requirement in terms of delivery or quantity, the requirement will be awarded to the next awardee on the rotation cycle. 11. Individual purchases under a BPA shall not exceed the simplified acquisition threshold. Since mo st rotational unit requirements are in excess of $100,000, will the Ft Irwin Contracting Office split the requirements to stay below that level or will you contract these through other means? Under the commercial test program, of which this is being solic ited, the threshold is at $5.5 Million. Purchases will not be split or contracted through other means. 12. If there is only one BPA established to an SD Vet business, will requirements be set-a-side for SD Vet businesses under the provisions of FAR Part 19.14 or will the contracting officer not consider a sole source award to an SD Vet business even though the FAR provides the authority and the President/ Dec of Defense, and the Secretary of the Army all support maximizing business opportunities to SD Vet businesses? Multiple BPAs will be established and requirements rotated among awardees. 13. Finally, why are you establishing a BPA for a requirement that will exceed one million dollars per year? As you are aware this requirement has ex ceeded $5.5 million in the last 18 months. For the last twenty years portable toilets have been purchased on a requirements contract. BPAs have historically been established to simplify small repetitive purchases at the micro purchase level, not to award over $300,000 per month. A BPA is being established as an interim contract vehicle to allow for the solicitation of a Base plus 4 Option Year IDIQ contract in order to meet the installation immediate requirements and to ensure no disruption in service to the critical training mission of NTC and Fort Irwin. Currently there are insufficient resources for weekly competitive requirements actions. 14. Would it be possible to obtain a map of the area? A map is provided upon request in identifying location proximity of actual need and the purpose of proposing. Grid locations will be provided per call. 15. Is there any historical data as to the number of latrines needed for the service? Historically, the number of latrines and handwash stati ons requirements at a given time has been in excess of 600+ but less than 1500. The cantonment area requires approximately 100 each month and the training area approximately 300 to 400+/-. 16. How many latrines / hand stations are normally delivere d to the specified locations? On an average for the cantonment area, placement of latrines and handwash station will be from 50 to 100 +/-; and for the training areas, 50 to 100+/- per given location. 17. Is this a new service contract? This is not a new service contract but a reoccurring requirement. 18. Is there an estimated cost to the government for the service? Unable to provide any type of estimated cost for the service.
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01519668-W 20080301/080228224611 (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.