Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2009 FBO #2607
SOLICITATION NOTICE

W -- PORTABLE LATRINE RENTAL AND SERVICES

Notice Date
1/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532310 — General Rental Centers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - West, Army Reserve Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W9124N-09-T-0036
 
Response Due
1/16/2009
 
Archive Date
3/17/2009
 
Point of Contact
PETT A. ARANTON, 831-242-6577<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Army, Army Reserve Contracting Center West Presidio of Monterey Division has a requirement for ten (10) portable latrines and ten (10) wash units. Contractor shall service the units weekly and provide chemicals, toilet paper, paper towels, hand soap and must be responsible for refilling the Latrines and Wash Units as needed. Delivery of the units is around the vicinity of Building 259, Jolon, CA 93928. The period of performance is 1 February 2009 through 31 December 2009. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov. The North American Industry Classification System (NAICS) code is 532310, and the small business size standard is $7.0 Million. This procurement is a 100 percent small business set aside. A firm fixed price contract is contemplated. This combined synopsis/solicitation is the only information you will receive, no separate solicitation or paper copies will be provided. The following provisions and clauses are incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on the contractors ability to meet the following requirements: a) Provide and service weekly, ten (10)portable latrines and ten (10) wash units. b) Provide chemicals, toilet paper, paper towels, hand soap and must be responsible for refilling these items as needed. c) Service and stamp each portable toilet to indicate that it has been serviced. d) Be responsible for the repair and replacement for any damage to portable toilets and portable wash units. 52.212-3, Offerors Representations and Certifications Commercial Items The offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-36 Payment by Third Party (Credit Card) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 252.225-7001 Buy America and Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.211-7003 Item Identification and Valuation 252.247-7023, Transportation of Supplies by Sea Full texts of these clauses are available at: http://farsite.hill.af.mil or http://www.arnet.gov/far/index.html Please indicate on your proposal if you will accept the government purchase card as the payment method. If the contractor does not accept the government purchase card the contractor shall submit payment request(s) using Wide Area Workflow (WAWF). WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Additional WAWF Instructions will be provided upon receipt of order. Contracting Office Address: Bldg 4385, Room 2202, 400 Gigling Road, Seaside, CA 93955 Point of Contact(s): Pett A. Aranton, Contract Specialist, Phone: 831-242-6577, Fax: 831-242-6562, E-Mail: pett.a.aranton@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8a658377c0672738e8b72e2c875f0f40&tab=core&_cview=1)
 
Place of Performance
Address: Army Reserve Contracting Center - West Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA<br />
Zip Code: 93955<br />
 
Record
SN01731500-W 20090115/090113215454-8a658377c0672738e8b72e2c875f0f40 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.