Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

S -- Provide and service permanent and temporary chemical latrines and handwash stations at Fort Bliss, Texas and the surrounding areas to include Dana Ana Base Camp and McGregor Range.

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-08-R-0007
 
Response Due
9/16/2008
 
Archive Date
11/15/2008
 
Point of Contact
Jaime Briseno, 915-568-1492<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only the only solicitation; proposals are being requested. A written solicitation will not be issued. No drawings, specifications, or schematics are available from this agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The solicitation number is W911SG-08-R-0007. The small business standard for SIC Code 4959 is $5 million and NAICS code is 562991. This RFP is 100% set-aside for Small Businesses. Proposals are due 16 Sep 2008. The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals to provide all labor, equipment, tools, materials, supervision and services necessary to provide and service permanent and temporary portable chemical latrines and wash stations at Fort Bliss, Texas and the surrounding areas to include McGregor range and Dona Ana Base Camp. Performance period will start at the time of award and end one year later. Base year: Item No. 0001, Info Only (See sub items 0001AA-0001AJ below for pricing). Provide chemical latrines, handwash stations and servicing. Sub Item No. 0001AA, quantity-1,500 estimated unit-each. Delivery or relocation for the south training area; Sub Item No.0001AB, quantity-3,000 estimated, unit-each. Daily servicing for chemical latrines for the south training area; Sub Item No. 0001AC, quantity-1,000 estimated, unit-each. Every other day servicing for chemical latrines for the south training area; Sub Item No. 0001AD, quantity-3,000 estimated unit-each. Delivery or relocation for the north training area; Sub Item No. 0001AE, quantity-6,000 estimated, unit each. Daily servicing for the chemical latrines for the north training area; Sub Item No. 0001AF, quantity 1,000 estimated, unit-each. Every other day servicing chemical latrines for the north training area; Sub Item No. 0001AG, quantity-20 estimated, unit-each. Unauthorized relocations; Sub Item No. 0001AH, quantity 20 estimated, unit each. Emergency response for all locations. Sub Item 0001AJ, quantity 500 estimated, unit each. Delivery or relocation for Handwash stations; Sub Item 0001AK, quantity 1,000 estimated, unit each, Daily servicing of handwash stations for the south training area; 0001AL, quantity 1,000 estimated, unit each, delivery or relocation of Handwash Station for the north training area; 0001AM, quantity 2,000 estimated, unit each, Daily servicing of handwash stations for the north training area. 0001AN, quantity 36 estimated, unit each, Permanent Toilet; 0001AO, quantity 12 estimated, unit each, Permanent handwash stations double unit. Option Year I; performance period is for one (1) year after expiration of Base Year. Item 0101, sub clins 0101AA-0101AM-descriptions are the same as Item No. 0001 and its subclins. Option year II, performance period is for one (1) year after expiration of option Year I. Item 0201 and sub clins 0201AA-0201AM descriptions are the same as Item No. 0001 and its sub clins. Option year III performance period is for one (1) year after expiration of Option II. Item 0301 and sub clins 0301AA-0301AM descriptions are the same as Item No. 0001. Option IV performance period is for one (1) year after expiration of Option III. Item 0401 and sub clins 0401AA-0401AM descriptions are the same as Item No. 0001. Contractor shall price all of the sub clins in the Base Year, Option Year I, Option Year II, Option Year III and option Year IV. Chemical toilets shall be standard commercial manufacture intended for use as portable chemical toilets and shall consist of a completely enclosed, well vented enclosure. All portable toilets shall be new or like condition, single type occupancy and leak proof. The roofs, sides and floors shall be free of leaks, cracks and holes. Doors shall be self closing, tight fitting and will have an inside lock. Container tanks shall be water tight. Units will be of the same color and units that do not meet the above requirements, whether identified by the contractor or Government personnel, shall be replaced on or before the next service date for those particular units. Cleaning requirements: The contractor shall clean the outside and inside of all the units to where they are free of human waste, soiled toilet articles and graffiti. After emptying the units, the contractor shall refill each unit with standard commercial sanitizing chemicals, minimum 5 gallons. The contractor shall restock the units with at least 2 rolls of toilet paper to last until the next servicing date. Portable sinks units shall be of standard commercial manufacture intended for use as an outdoor portable sink. Portable sinks shall be 2-station sinks with soap and towel dispensers. Units shall have separate fresh water and grey water tanks. Containers tanks shall be water tight. All sinks will require a unique identification number located on the unit. All pump and dispensers shall be in good working condition. All sinks shall be beige or sand in color and of new condition at start of contract. All sinks shall be cleaned and pumped when delivered. Sinks shall be cleaned after each pumping. All foreign matter shall be removed from washable surfaces such as sides, bowls, holding tanks and dispensers. Sanitizing solution shall be approved by government prior to use. Contractor must replenish soap and towel dispensers to insure adequate supply until next pumping. Soap, towels and cleaning supplies will be furnished by the contractor. Pumping tanks, hoses and equipment must be free of leaks. All validation of service records will be kept for a period of 2 years after service of unit. The contractor shall maintain material safety data sheets in the contractors vehicle for all applicable material used in the performance of the service. The following FAR clauses and provisions apply to this RFP. FAR provision 52.212-3, Offeror representations and Certification-Commercial Items must be completed and submitted with the proposal; FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or executive Orders-Commercial Items (Jul 2005) applies to this RFP and the following clauses cited in the clause apply: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam era and other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child-labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Balance of Payments Program Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); 52.232-19 Availability of Funds for the Next Fiscal Year. The resulting contract is subject to the availability of FY09 funds. Fund are not currently available to fund this contract beyond 30 Sep 2008. 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration, and 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.); 52.216-27, Single or Multiple Awards (Oct 1995); 52.217-05, Evaluation of Options (Jul 1990); Vehicle Registration. The following clauses with fill-ins apply and are available in full text upon request: 52.216-1/ Ordering (Oct 1995); 52.216-19 Order Limitations (Oct 1995); 52.216-21 Requirements (Oct 1995); 52.217-08 Option to Extend Services( Nov 1999); 52.217-09 Option to Extend the Term of the Contract (Mar 2000); Required Insurance and Wage Determination 05-2511 dated 07/29/2008. Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3; 2) Offerors must submit a unit price and total amount for that unit price; based on the unit of issue and the total quantity of each and all line items/sub line items including option years; 3) Offerors must be able to meet the required delivery schedule. Mail proposals to the Directorate of Contracting, Attn: Jaime Briseno, 2021 Club Road, Fort Bliss Texas 79916 or fax to 915-568-5643 Copies of FAR clauses/provisions may be accessed via the internet at www.arnet.gov. EXCLUSION TO FAR 52.216-21 REQUIREMENTS Reference paragraph (c), FAR 52.216-21 REQUIREMENTS (Oct 1995). Specifically exempted from the contract are requirements for latrines and related services less than $2,500.00 in amount in any single instance, which individual units and other government organizations may acquire from any vendor by Government Purchase Credit Card. 52.212 Evaluation- Commercial Items (Jan1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, including past performance. The following factors shall be used to evaluate offers: 1. Ability to meet specifications; 2. Price. Ability to meet specifications is approximately equal to the price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the price for the basic requirement. The Government may determine that an offer unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The anticipated type of contract for this action will be a requirements type. The Government intends to award without discussions however reserves the right to hold discussions if necessary. Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53a093096dbfd3f14ae784b914cb4138&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX<br />
Zip Code: 79916-6812<br />
 
Record
SN01650502-W 20080827/080825222716-53a093096dbfd3f14ae784b914cb4138 (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.