Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

S -- Porta-Potty Maintenance

Notice Date
7/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-08-Q-0016
 
Response Due
7/25/2008 1:00:00 PM
 
Point of Contact
Daniel S. Blackmore,, Phone: 6606875431, Carl See,, Phone: 660-687-5425
 
E-Mail Address
daniel.blackmore@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS REQUIREMENT IS PROVIDED FOR IN THE INSTALLATION'S FY09 EXECUTION PLAN, PENDING CONGRESSIONAL APPROVAL OF THE FY09 APPROPRIATION'S BILL. ALL PRICING FROM OFFERS RECEIVED SHALL REMAIN VALID THRU OCT 31, 2008. 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. Solicitation number FA4625-08-Q-0016 is issued as a request for quotation to service and maintain Port-a-Potty's at Whiteman AFB, MO. The acquisition performance period is for one (1) 12-month base period and two (2) 12-month option periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, DFARS DCN 20080513, AFFARS AFAC 2008-0128. The NAICS code is 562991 with the corresponding small business size standard of $6.5M. This acquisition is set aside 100% for small business concerns. General Wage Decision #2005-2307 Revision 6 dated 5/29/2008 applies to this acquisition and can be found at http://www.wdol.gov/. All offers are to remain valid until 31 Oct. 2008. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available. Statement of Work FY 09 PORTA-POTS BLANKET PURCHASE AGREEMENT WHITEMAN AIR FORCE BASE, MISSOURI 1. GENERAL 1.1. Scope: Provide all services, labor, equipment, transportation, supervision, and materials required for emptying the porta-pots at Whiteman Air Force Base. 1.2. Protection of Government Property: When emptying the porta-pot, the contractor shall protect all grounds and pavements. The contractor at his expense shall repair any damage to government property to the satisfaction to the government. 1.3. Base Passes: Contractor personnel/vehicles must obtain appropriate base passes. Contractor shall initiate the process at the Contracting Office 660-687-5399 and proceed to Security Police Pass and I.D., located at the Visitors Center, from 7:30 a.m. to 4:30 p.m. Monday through Friday. 1.4. Base Access: The contractor shall enter and exit the base through the LeMay Gate located off of State Route 23 at the south side of the base. 1.5. Compliance with Laws and Regulations: The contractor is subject to all base fire, safety, and security regulations. The contractor shall obey all local, state, and federal laws and regulations. 1.6. Coordination with CE Service Contracts: Upon arrival at the base, contractor shall contact CE Service Contracts, (660) 687-2533 to verify arrival. Immediately following collection of porta-pot contents, the contractor shall provide CE Service Contracts with a service ticket that reflects work accomplished 1.7. Inspection: At any time, government personnel may inspect the service. 2. EMPTYING 2.1. Equipment Requirements: Servicing porta-pots, i.e. emptying of porta-pot, shall be accomplished through employment of equipment designed for the specific purpose of pumping the contents from the porta-pot into the contractor's mobile storage tank. The Porta pots that are put in place throughout the base shall be service at least once a week but may be serviced more depending on the use of the unit. 2.2. NOTE: All Porta pots used on Whiteman Air Force base must use earth friendly products for servicing there will be no FORMALDEHYDE products used in serving Porta pots on Whiteman Air force Base 2.3. Disposal. Contractor may empty contents from porta-pot at Whiteman AFB wastewater treatment plant (WWTP) provided the following conditions are met. The contractor's mobile storage tank was emptied of all wastes prior to arriving Whiteman AFB. The tank has not been used to for anything other than hauling domestic wastes. No off base wastes will be accepted. Failure to comply with these conditions shall result in denial of access for any future disposal at the Whiteman WWTP. The contractor shall notify plant operators prior to dumping. The WWTP is located about ½ mile south of Spirit gate on SR 23, the service access is located on the right hand side of drive about 200 feet from plant gate the alternate dumping site is on base next to building # 115 Portable toilet wastes shall be free from large debris such as plastic/glass bottles, diapers, and other such items prior to arriving at WWTP for disposal. 2.4. Service Tickets: shall be provided by the contractor for each tank serviced, the ticket shall reflect the company name, service date(s) and time, and approximate number of porta pots that were serviced. The government representative will sign the tickets once work is complete. 3. PORTABLE TOILETS 3.1 Government Owned Portable Toilets. Contractor shall set and service, all government owned Portable toilets to commercial standards to include stocking of toilet paper upon request within 24 hours of delivery order. The number of government owned toilets is 20. 3.2 Contractor Owned Portable Toilets For large base events that require toilet quantities greater than the government owned porta-pots and for special events. The contractor shall supply (toilet paper and hand sanitizer) set and service portable toilets for those events. The Government shall not request anymore than 30 units for any one event under the terms of this agreement. 3.3 Events. Expected events and approximate time frames are as follows: Memorial Day, Wing Picnic, Squadron Picnics throughout spring and summer, 4th of July, Labor day, Wing Functions through out summer, squadron exercises year round and various special events that may arise through the year. 3.4 Service Call Authorization. Only the contracting office or CE Service Contracts are authorized to request services under this agreement. 4. HOURS OF OPERATION 4.1. Normal Hours: Working hours will begin no earlier than 7:00 a.m. and end no later that 4:00 p.m. unless otherwise approved by the contracting officer. 4.2. Recognized Holidays: The contractor is not required to provide service on the following days: New Year's; Martin Luther King's Birthday; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veteran's Day; Thanksgiving Day and Christmas Day. If such a holiday falls on a scheduled emptying day, emptying scheduled for that day shall be made on the following work day. Any holiday reschedule shall be at no additional cost to the Government. 4.3. Emergency Services. Contractor shall respond to emergency calls within 4 hours of notification and shall maintain a means of contact 24 hours a day. 5. INVOICE 5.1. The invoice shall be processed through the web site Wide Area Work Flow : 5.2. The invoice shall have the contract number, invoice number, service date(s), and line item cost 5.3. The contractor may invoice quarterly / monthly/ yearly. These services shall be performed any time during each quarter of the year and the contractor shall be paid when the service has been rendered whether that be quarterly/monthly/yearly whichever method is used, the contractor and the government representative must agree on the method at the start of the contract. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.204-6, DUNS 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-1, Instructions to Offerors 52.212-2, Evaluation-Commercial Items 52.212-3, Reps and Certs 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Commerical Items (including the following) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-8, Utilization of Small Business Concerns 52.222-21, Prohibition of Segregated Facilities 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 Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Refuse Collector, $17.41) 52.216-1, Type of Contract 52.217-8, Option to Extend Services fill-in (30 days) 52.217-9, Option to Extend the Term of the Contract fill-in (a) 30 days, 60 days (c) 5 years 6 months 52.232-18, Availability of Funds Fill-in (30Sep2009) 52.232-19, Availability of Funds for the Next Fiscal Year Fill-in (30Sep2009) 52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344) 52.252-1, Solicitation Provisions incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-2, Clauses incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-5, Authorized Deviations in Provisions fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 52.252-6, Authorized Deviations in Clauses fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.203-3, Gratuities 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 31 October 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. Quotes are to be e-mailed to the following e-mail address: daniel.blackmore@whiteman.af.mil; carl.see@whiteman.af.mil; or sent by FAX to (660) 687-5462 to the attention of A1C Daniel Blackmore. NOTE: Quotations shall be received by 25 Jul 2008, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77221e400a9607b7d65a5f0a7c257bc5&tab=core&_cview=1)
 
Place of Performance
Address: Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN01618029-W 20080720/080718221828-77221e400a9607b7d65a5f0a7c257bc5 (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.