Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

W -- SHOWER TRAILERS

Notice Date
3/10/2008
 
Notice Type
Solicitation Notice
 
NAICS
332998 — Enameled Iron and Metal Sanitary Ware Manufacturing
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
M20310-08-T-0003
 
Response Due
3/12/2008
 
Archive Date
5/11/2008
 
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
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. This acquisition is for a small business set-aside. NAICS code is 327992 and solicitation number is M20310-08-T-0003 for Shower Trailers. PERIOD OF PERFORMANCE COMMENCING ON MARCH 14  MARCH 21 CLIN 0001: 7 ea Shower Trailers, Location 1: 7 each, COB KING POP: 14 Mar 08  21 Mar 08, approximately 1000 HRS LOCATION: COB KING, exact locations to be determined at time of award. POP:14 Mar 08  21 Mar 08, approximate ly 1000 HRS SERVICE: Rental of 7 shower trailers for 24/7 operations. Shower Trailers must support a 1580 Marine element at approximately 1580 showers per day. Price shall include delivery, set-up, and removal of shower points on the last POP day. S hower points must include fresh and gray water requirements per National Training Center guidelines. Shower points must include generator support and daily cleaning. Contractor will deliver the equipment directly to COB KING. Contractor shall ensure equ ipment is serviceable and ready for use on the first POP day. Contractor shall provide repair and / or replacement services for the leased equipment within 24 hours. Any repairs or replacements for the leased equipment not serviced within 24 hrs of notif ication, will not be charged to the U.S. Government. Vendor must comply with all range control requirements in order to acess the ranges. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The US Government shall not be charged for equipment returned early. A. CONTRACTOR'S PROJECT MANAGER AND SUPERVISORS. 1. The cont ractor shall provide a project manager and supervisors to ensure the performance of the work. The project manager shall have full authority to act for the contractor during performance of work. 2. The contractor shall provide the telephone number of the project manager so that he/she may be contacted at all times during & after normal work hours. The project manager shall contact Government personnel within two hours of a request from the Contracting Officer or Contracting Officer representative. B. I DENTIFICATION OF CONTRACTOR'S EMPLOYEES 1. Each employee of the contractor shall conspicuously display on his/her person while performing services in accordance with resultant contract, an identification card, which shall include the full of the employe e, the legal name under which the contractor is doing business, and a badge serial number. 2. The contractor, before initiating the performance of work shall provide the Contracting Officer with a written List of all employees who shall perform the wor k under this contract. The List shall include the full name, and badge serial number of each employee. The contractor shall notify the Contracting Officer, in writing, of any addition or deletion to the personnel roster within one day of such change. 3 . When directed by the Contracting Officer, the contractor shall remove any employee from assignment to perform services under this contract for any reasons of misconduct or breaches of security in connection with his/her employment. This will be verified by the La w Enforcement Agency on National Training Center, Fort Irwin. C. LOST & FOUND PROPERTY. It is the responsibility of the contractor to ensure all articles of possible personal or monetary value found by the contractor's employee s are turn ed in to the Security Office, or the Provost Marshal's Office (PMO) Fort Irwin, California. D. UNFORESEEN POST/RANGE CLOSURES. When an unforeseen post cl osure occurs on a regular scheduled day of work, the contractor will not be required to perform the work scheduled for that day. Services shall be performed upon access to previously closed areas being granted. Failure to perform services could result in health and safety issues. E. RANGE CLEARANCE & ROAD CLOSUR ES. The Contractor shall obtain a Range Pass from Range Support and ensure Range Support is contacted before entering any range area. In addition, during Live-Fire Week, Contractor shal l ensure employees contact the Live Fire Operations Non-Commissioned d Officer in Charge, directly at (760)380-6063, prior to making any trips down range. F. HOURS OF OPERATION. Services under this contract will be performed during daylight hours, including Saturday, Sunday and Federal Holidays. G. CAL-OSHA. California Occupational Safety & Health Administration (CAL-OSHA) & Army Safety Regulations. The NTC safety office will verify that these regulations & standards are met. H. GOVERNMEN T FURNISHED PROPERTY AND SERVICE S. The Government will furnish no materials, equipment, or services. I. CONTRACTOR FURNISHED PROPERTY, EQUIPMENT, AND SERVICES. 1. Each item of equipment or property furnished under this contract shall be in safe operational condition, and shall comply with the Federal Safety Standards, the American National Standards, and State Safety Regulations applicable to this equipment or property. If the Contracting Officer determines that any item of equipment or property furnished is not suitable for performance under this contract, the Contracting Officer shall promptly inform the contractor in writing. 2. All materials necessary for provision of services described herein shall be provided by the contractor. When not in use under the terms of this contract, units may be stored at the Contractors facilities. 3. Contractor shall provide communications capability for the Project Manager to allow constant communications contact between Project Manager, Range Control, the Contracting Officer, and the Live Fire Operations NCOIC. Each of the contractor s trucks shall be equipped with communications equipment to allow for constant communication between project manger, range control and drivers regarding latrine additions , relocations, or problems and their location down range. If a cellular phone is to be used for communications, the contractor shall provide the telephone number(s) to the contracting Office and range control upon start of the contract. If radios a re to be used for communications, frequencies must be coordinated through Spectrum Management, and the contractor must provide a radio to the Contracting Officer for the duration of the contract. J. The contractor shall not enter restricted or off Lim it areas. K. INITIAL DELIVERY AND RELOCATION OF UNITS. 1. The contractor shall coordinate with the Contracting Officers Representative (COR) at each site to assure placement at correct locations. 2. The contractor shall remove tents from train ing locations immediately after performance period has ended. L. NOTIFI CATION/RESPONSE The project manager will be accessible by regular or cellular phone twenty-four (24) hours every day. M. CONTRACTING OFFICERS REPRESENTATIVE AND THEIR AUTHO RITY. 1. The Contracting Officer may designate individual(s) to act as the Contracting Officers Representative(s) (COR) under this contract. Such designations will be made by letter from the Contracting Officer with an information copy furnished the Contractor. The COR staff will represent the Contracting Officer in the administration of the contract but will not be authorized to change any of the terms and conditions of the contract. 2. No oral statements of any person, whosoever will in any man ner or degree modify or otherwise affect the terms of this contract. The Contracting Officer shall be the only person authorized to approve changes in any o f the requirements under this contract, notwithstanding any provisions contained elsewhere in this contract, and said authority shall remain solely with the Contracting Officer. CORs shall be limited to the authority specified in their letter of appointme nt. 3. The COR may appoint a Technical Monitor as an assistant. The Technical Monitor is responsible for evaluating and reporting on contractor performance. Any company that believes it can demonstrate the ability to comply with the stated requi rements listed above, they must comply with the following: Offeror must indicate the maximum time required to effect delivery. Prices quoted shall be F.O.B. Destination prices. Service will be performed at Fort Irwin, CA. The Government contemplat es award of a Firm Fixed Price award resulting from this solicitation. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) and (h) are deleted. FAR Provision 52.212-2, The Govern ment intends to make a single award to the lowest responsive, responsible offeror whose quotation conforms to the solicitation and is most advantageous to the government considering price and delivery. Offerors shall include a completed copy of the provis ion at FAR 52.2 12-3 ALT I, Offeror Representations and Certifications - Commercial Items, with their quotations. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222-21, Notice to the Government of Labor Disputes; 52.222-26, Equal Opportunity; 52.222-35, Equal opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-36, Affirmative Action for wor kers with disabilities; 52.222-37, Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purc hases; 52.225-1 5, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer of Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Electronic Submission of Payment R equests; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002, Requests for Equitable Adjustment. Offers are due no later than 5:00 P.M. PST, MARCH 12, 2008. Anticipated date of award is Wednesay March 13, 2008 at 6:00 P.M. PST. All resp onsible concerns may submit an offer which will be considered by the agency. Submit quotes via facsimile to (760) 380-3693 and/or email to ntcusmc@live.com. POINT OF CONTACT: Bertha Leguizamon Staff Sergeant USMC Contingency Contract ing Officer NTC Rotation 08-05 WK: 760-380-3852 CELL: 210-500-6995
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01528389-W 20080312/080310224559 (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.