Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

W -- Pre-Priced Blanket Purchase Agreement (BPA)

Notice Date
2/17/2009
 
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 Irwin, ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-09-T-0217
 
Response Due
2/23/2009
 
Archive Date
4/24/2009
 
Point of Contact
DONNA PROCTOR, 760-380-5013<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and under the authority of Subpart 13.5 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. This solicitation number W9124B-09-T-0217 is being issued as a Request for Quotation RFQ The National Training Center NTC Acquisition Command, Fort Irwin, CA, the government reserve the right to Pre-Priced Blanket Purchase Arrangements (BPA) to multiple contractors who demonstrate the capability to lease and provide service for portable latrines and handwash stations as outlined in this solicitation. Prices must be guaranteed for the first twelve 12 months from date of award. The Government seeks responsible offerors who can support this requirement of short term rental/lease from days to months. This effort will be for a base year. Minimum response time per BPA call is 48 hours. This RFQ is issued as a Small Disabled Veteran Owned Small Business (SDVOSD) set-aside, NAICS 562991. An award of a fixed pre-priced BPA is anticipated with the following language and informational CLINs and their subsequent SubCLINS being priced. Individual Delivery Orders will be awarded based on the lowest-offered price on each line item and will not be rotated. The establishment of a fixed pre-priced BPA is to provide portable latrines and handwash stations to include servicing of same to various locations within the cantonment and training areas at the NTC, Fort Irwin, CA and also Barstow/Dagget, Marine Corp Logistic Base Yermo, and the Southern California Logistics Airport (SCLA) located in Victorville. The performance period for the BPA will be for a twelve month period. 1 March 2009 28 Feb 2010. Orders/calls will be placed against this BPA via telephone, email, or facsimile. Each order/call will specify quantities, required delivery times, and instructions to submit invoices via the Wide Area Workflow (WAWF) process. Invoice or an itemized invoice shall be submitted monthly or upon expiration of this BPA, whichever occurs first, for all supplies during a billing period, identifying the supplies covered therein, stating their total dollar value, and supported by receipt copies of the delivery receipts. This agreement is fixed priced. The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the contractors invoice, the provisions of this BPA will take precedence. This agreement does not obligate the Government to order or the vendor to furnish any articles on any quantity except to the extent that may be agreed upon in connection with individual transactions. In the event that this arrangement is applied in connection with ordering material available under Federal Supply Contracts, or other established contracts, nothing herein shall be deemed to modify the terms and conditions of such contracts. This agreement is made in accordance with negotiation authority of Federal Acquisition Regulation (FAR)13.303, Blanket Purchase Agreements. Prices quoted at the time this agreement is issued will remain in effect throughout the specified performance period. This BPA does not obligate any funds. Notice Of Individuals Authorized To Purchase Under This BPA: All organizations and units at the NTC, Fort Irwin, CA. Latrine and Handwash Stations Service for Installation/Cantonment areas. The contractor shall provide portable latrines and handwash stations to include but not limited to cleaning, pumping and disposal of all waste products daily within the zoning areas listed in support of training & support missions of the NTC. Locations are not limited to the listing but support all areas listed or not. In addition, new created locations will be incorporated into the agreement. Mathematical Formula: Latrines + Handwash Stations = Quantity X Day X Unit Price Schedule Of Contract Line Items 0001 Cantonment/Installation Areas 0001AA ZONE A - Cantonment Area Cantonment Area - Installation Wide Unit Price $_____ 0001AB ZONE B - LSA Warrior/RUBA/ RUFMA Unit Price $________ Logistical Support Area For Rotational Unit Bivouac Area (And Rotational Unit Field Maintenance Area (RUFMA) 0001AC ZONE C - Ranges Unit Price $_____ Latrines And/Or Handwash Stations Position At Ranges With In The Cantonment Ranges 1-7 Located On Goldstone Road-West Ranges 8-13 Located On Outerloop-Northwest Area Ranges 14-18 Located On Barstow Road Near Range Control North Of Range Support Building 6100 Past The Water Tank Range 19 Located At The Corner On Langford Rd And Asp Loop Rd. Range 21 Located The Other Side Of The Ammo Route And The Duck Ponds 0001AD ZONE D - Bicycle Lake (BLAAF) Unit Price $_______ Bicycle Lake Army Air Field BLAAF 0001AE ZONE E - Field ASP Unit Price $______ Field Ammunition Supply Point ASP Beyond Santa Fe FOB 0001AF ZONE F - Front Gate / Painted Rock Unit Price $_______ Front Gate And Painted Rock 0002 TRAINING AREA LOCATIONS 0002AA ZONE A - North Western Training Area Unit Price $_____ Alpine City Kut Kudeera G Rid Location: Al Whade, Al Waleed; Pioneer City; Karma; Nelson Lake Al Jaff; Seattle 0002AB ZONE B - Central Corridor Unit Price $_____ Detroit COB King; Junction City Medina Wasl; Tiefort City Medina Jabal; Denver Citadel KKD, etc. 0002AC ZONE C - Far East Training Area Unit Price $______ East Gate Al Sharq 0002AD ZONE D - Northern Training Area Unit Price $______ Reno ; Hotdog, Echo Valley, And Silver Lakes 0002AE ZONE E - South Eastern Training Area Unit Price $___; Miami; Red Pass Ranch (MMA); Dallas; Langford Wells Abar Layla; 0003 MCLB / YERMO ANNEX Unit Price $_____; Rail Head Area -Marine Corp Logistics Base MCLB / Yermo Annex 0004 SCLA - VICTORVILLE Unit Price $______ Southern California Logistics Airport 0005 SEMI-PERMANENT LOCATION Unit Price$______ Latrines and/or Handwash Stations positioned for months at a time. 0006 FORT IRWIN ROAD into Barstow, CA Unit Price $_______ Latrines and/or Handwash Stations On Fort Irwin Road into Barstow, CA 0007 MANIX TRAIL Unit Price $___ Manix Trail To Include Big Sandy, Spider DZ And Land Nav Southbound On Irwin Road, Eastern Area that is left of the Displayed Tanks. 0008 HANDICAP ACCESSIBLE LATRINE & HANDWASH STATION Unit Price $_____ Handicap Accessible Latrine & Handwash Stations Handicap Latrines Shall Be Wheel Chair Accessible And Contain Grab Bars. 0009 RELOCATION RELOCATION OF LATRINES AND/OR HANDWASH STATIONS Unit Price $_____ The Contractor Shall Relocate Portable Latrines And Handwash Stations As Requested Within The Zoning Areas Listed Below In Support Of Training & Support Missions. All Relocations For Special Events Conducted On The Cantonment That Is Within 100 Yards On The Original Call Shall Be At No Extra Charge To The Government. Mathematical Formula: Latrines + Handwash Stations = Quantity X Move X Unit Price; 0010 Damages Unit Price $_______ Cost For Other Than Fair Wear And Tear Of Latrines And Handwash Stations. This Is Damages To Include Vandalized Parts Over $250 And Damage Not Caused By Weather, Normal Use, Or By The Contractor. 0011 Contractor Manpower Reporting Unit Price $___________ In accordance with Section H, Clause 52.000-4029, Accounting for Contract Services - - Contractor Manpower Reporting, this line item is added as no cost unless otherwise specified. Should a cost be associated with this requirement, complete the line item and submit with your initial proposal submission. SCOPE OF WORK: The contractor shall provide Non-sewer Latrine Service and Handwash Station Service, to include: Portable Latrines, Handicap Latrines, and Handwash Stations. The Contractor shall provide all supervision, labor, tools, equipment, materials, repair parts, and transportation necessary to perform non-sewer latrine services to included but not limited to rental, delivery, relocation, pick-up, service, and repair of portable latrines at various sites on the NTC, Fort Irwin, CA. Historically one latrine is for 25 men, and 18 women; and for every ten 10 latrines a handwash station is positioned if desire. Latrine and handwash station ratios have been utilized in determining the amount of services to request. Historically, the number of latrines and handwash stations requirements at a given time has been in excess of 700 but less than 1500. The cantonment area requires approximately 100 plus each month and the training area approximately 400 +/-. On average for the cantonment area, placement of latrines and handwash stations will be from 50 to 100 +/-, and for the training area 50 to 120 +/- per given location at any given time. Non-sewer Latrine and handwash services will be performed within the boundaries of the NTC and Fort Irwin, CA, and surrounding areas as designated in the solicitation. PERSONNEL Contractor's Project Manager (PM): The contractor shall designate a PM to the government for performance of all work under the contract. The PM shall be responsible for total management and coordination of the contract. The PM shall have full authority to act for the contractor during performance of work. The contractor shall provide in writing the complete name of the PM and telephone number so that he/she may be contacted at all times during & after normal work hours. The PM shall contact Government within two hours of a request from the Contracting Officer or Contracting Officer Representative. Identification of Contractor's Employees: Contractor personnel shall be knowledgeable of contract services, safety, and health precautions need to perform the requirement of the contract. All personnel shall be legal residents of the United States and shall be able to speak, read, and write in the English language. Badges: Contractor personnel shall visibly wear Contractor furnished employee identification badges to be worn at all times while physically on the installation performing contractual requirement. Each badge shall include the companys name, employee name, contract number, and expiration of the badge. Contractor employees shall not wear any part of a current authorized military uniform while performing work under the contract. The contractor shall provide in writing, to the Contracting Officer, a list of all contractor employees not later than five 5 working days after contract award. The list shall state each employees complete legal name, and job title. The contractor shall provide in writing to the Contracting Officer any additions or deletions to the personnel roster one 1 day in advance of any personnel changes. 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 Law Enforcement Agency. 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 employees are turned in to the Security Office, or the Directorate of Emergency Services. UNFORESEEN POST/RANGE CLOSURES When an unforeseen post closure occurs on a regular scheduled day of work, the contractor will be notified if performance of service will be required to continue their scheduled work hours 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. RANGE CLEARANCE & ROAD CLOSURES The Contractor shall attend Range training and obtain a Permanent Range Pass from Range Control prior to period of performance. Contact Range Support before entering any range area. In addition, during Live-Fire Week, Contractor shall ensure employees contact the Range Support Person, directly at 760 380-3875/4724, prior to making any trips to the range or training areas. HOURS OF OPERATION Services under this contract will be performed during daylight hours range, including Saturday, Sunday and Federal Holidays. CAL-OSHA The contractor shall comply with the California Occupational Safety & Health Administration & Army Safety Regulations. The NTC Safety Office shall verify that these regulations & standards are met. GOVERNMENT FURNISHED PROPERTY AND SERVICES The Government will furnish no materials, equipment, or services. The Government will provide a parcel of land at the southwest corner of the sewage treatment plant, adjacent to the fence, rent free, for the storage of latrines. Utilities are not available and will not be provided. The contractor shall fence in the storage area. Security, fencing and site preparation are the contractor's responsibility. The contractor shall submit a site plan to the Contracting Officer for approval before installing any fencing or storing any equipment on site. The contractor shall maintain this site in a neat and orderly manner to include keeping the area free of trash. The contractor will maintain the area within 50 feet on both sides of the fence. Upon conclusion of contract performance, the area used will be returned to its original state and be clean & orderly. Any spilled chemicals must be cleaned up in accordance with all Federal, State, local laws, ordinances and regulations. The contractor shall be responsible for any contractor-owned equipment in the storage area. The contractor shall hold the Government harmless for any illegal act including, but not limited to, theft, vandalism, and destruction of contractor-owned property occurring within the designated storage area. Portable latrines and handwash station shall be pumped and sanitized before storing in a storage area to avoid potential health hazards. Contractor Furnished Property, Equipment, and And Services: 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. All materials necessary for provision of services described herein shall be provided by the contractor. When equipment is not in use under the terms of this contract, units shall be stored at the Contractors storage area. After Delivery Order period of performance has ended, Contractor shall remove the latrines and handwash stations from current locations and return to Contractor's storage area within 48 hours. All clean-up costs of the storage area will be paid by the contractor to bring the storage area up to EPA standards during and at the completion of the contract period. Contractor shall provide communications capability for the PM to allow constant communications contact between PM, Range Control, the Contracting Officer, and the Live Fire Operations NCOIC. Each of the contractors trucks shall be equipped with communications equipment to allow for constant communication between project manger, range control and drivers regarding latrine additions, relocations, and/or concern 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 use and/or start of the contract. If radios are 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. PUMPING EQUIPMENT Desert terrain conditions consist of open areas, mountain ranges, valleys and hills. Temperatures; average summer high 120 degrees F; The average temperature in the winter is as low as 37 degrees F.; and precipitation of 4 to 6 inches per year. High severe winds are common. Pumping trucks; as necessary shall have four-wheel drive capability, and is required to be available throughout the contract period. Contractor shall have equipment capable of moving latrines and handwash stations to training and support area locations. A 10-pound ABC type fire extinguisher shall be provided by the contractor for any contractor vehicles servicing portable latrines and handwash stations at or near live fire impact area. The 10-pound fire extinguisher shall be tested, approved, and fully charged. PERFORMANCE Provide Chemical Latrines and Handwash Stations: Delivery shall include setup, daily servicing and removal. Each latrine and handwash stations shall be in serviceable condition. COLLAPSIBLE LATRINES ARE NOT ACCEPTABLE. Latrines shall be free of any holes in the walls or doors, no chemical leaks, and doors, hinges, and latches shall operate as intended in original design. Each latrine shall be completely enclosed with screened roof ventilation window for release of odors and to preclude the entry of insects. Material used for construction of the latrines shall be FIBERGLASS or PLASTIC and be impervious to moisture or treated with an effective sealer. All construction joints shall be sealed and contoured to prevent accumulation of dirt. Latrines tank capacity shall be 60 or greater gallons. All latrines shall be desert sand colored completely and painted with lusterless enamel finish on the exterior. Desert sand colored latrines are required in keeping with the desert background which aids in making the training environment as realistic as possible and does not present a distraction. Container tanks shall be water tight without side vents secured to the tanks. The tanks shall be constructed of heavy gauge galvanized metal, plastic, or fiberglass. Each Latrine shall be equipped with toilet tissue, tissue holder, toilet seat covers, urinal and a coat hook. Latrine shall hold sufficient rolls of toilet tissue to last until the next days service. The doors shall be self-closing, tight fitting within 1/2 inch of door frame, and shall have an inside lock & outside handle. The urinals and toilet seat shall be rustproof and of a material having a non-absorbent finish. Urinals shall be securely fastened to the tank or structure. Urinal drains shall have adequate drain flow and/or gravity feed to the holding tank to prevent overflow from the urinal fixture. Handwash Stations shall be desert sand colored completely with two (2) counter areas. Desert sand colored handwash stations are required in keeping with the desert background which aids in making the training environment as realistic as possible and does not present a distraction. Tank capacity shall holds not less than 24 gallons of fresh water and 24 gallons of grey water. Handwash stations shall have two (2) soap dispensers and a two (2) capacity paper towel dispenser filled with single fold towels. Paper towels shall be filled to last until the next day's service. LOCATION Latrines will be placed throughout the entire NTC, and Barstow/Dagget, Marine Corp Logistic Base Yermo, and the Southern California Logistics Airport (SCLA) located in Victorville. The terrain in many areas is rough, and there are no paved roads outside of the main cantonments area. Upon request, maps showing size of the main cantonments area will be provided. PROVIDE SERVICE: Daily servicing schedules shall include, at a minimal the following: the complete removal of all waste products, cleaning of the interior waste holding tank with a commercial grade cleaner, and the cleaning of the toilet seat & cover with a commercial grade bactericide. The waste tank shall be recharged with a sufficient quantity of chemicals to ensure an odorless unit. ALL seats, doors, walls, and floors shall be cleaned and sanitized. The supply of toilet tissue shall be restocked at each servicing. Immediately after servicing and sanitizing chemical latrine units, contractor shall document when each unit was serviced. Documented service data should be submitted in order to be readily retrieved upon request from the Contracting Officer. Additionally, service data and all requested data/information shall be available upon Contractors request. Extreme care shall be taken by the contractor to prevent any spillage of waste during the cleaning process. In the event of a spill, the contractor shall clean the area contaminated by the spillage. In addition, the contractor shall report the type and kind of spill with a sample to Department of Public Works Environmental branch Ph: 380-3410, no later than 9:00 A.M. the next workday after the incident. The contractor shall perform preventive maintenance on latrine and handwash units as often as necessary to ensure they are water tight, fly proof, neat and in sanitary condition. The Contracting Officer or an authorized representative may conduct inspections of the latrines and handwash stations, at any time, to insure compliance with this requirement. Latrines shall be placed on a level surface with the door facing away from prevailing winds and anchored down to prevent tipping over during high wind conditions in excess of 70 MPH. The Government will not be responsible for any damage caused by winds. Each latrine and handwash station shall be imprinted with the contractor's name and shall be individually and properly numbered. Letters and numbers shall be either white or brown and 3 inches high. In addition, the latrines and handwash stations will be marked with the following: PRIVATE PROPERTY DO NOT MOVE TO ANOTHER LOCATION. Prohibited chemical toilet additives shall be in accordance with the California Code of Regulations, Title 22, Chapter 41, Prohibited chemical toilet Additives, paragraphs 67410.1, 67410.2, 67410.3, and 67410.4. The contractor shall submit a List of chemicals used in accordance with FAR 52.223-3, DFAR 52.223-7001 and CAL-OSHA. ALL costs associated with the containment and/or disposal of hazardous waste will be borne solely by the contractor. During the course of rotations, there are occasional incidences of foreign objects being disposed of in the Latrine tanks. The contractor shall screen waste effluent to be dumped to ensure that cans, bottles, rags, cloth, or any foreign objects are not in the waste tank. CAUTIONS, If by chance any type of ordinance is discovered, stop work immediately and notify the emergency ordinance disposal squad at 380-4092, 24 hours a day. The contractor shall not enter restricted or off Limit areas. CLAUSES & PROVISIONS Clause 52.202-1, Clause 52.204-9 Clauses 52.212-4, Clause 252.204-7004, Clause 252.212-7001, Clause 52.212-5, Clause 52.225-13 Clause 52.247-27,Clause, Clause 52.000-4032, Clause 52.212-3, Clause 52.216-18; Clause 52.217-8, Clause 52.216-19, Clause 52.216-21 Clause 52.203-5, Clause 52.203-7, Clause 52.237-5002, Clause 52-252-2, Clause 52.223-5, Clause 52.204-2, Clause 52.211-17, Clause 52.242-15, Clause 52.243-1, Clause 252.201-7000, Clause 252.204-7000, Clause 252.246-7000, Offers are due no later than 8:00 A.M. PST, 23 Feb 2009. Submit quotes via facsimile to (760) 380-3693 and/or email to donna.proctor@us.army.mil at 760-380-5013.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=28a0285fba0294589aaff613a0da611d&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA<br />
Zip Code: 92310-5095<br />
 
Record
SN01751252-W 20090219/090217215210-28a0285fba0294589aaff613a0da611d (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.