Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2009 FBO #2800
SOLICITATION NOTICE

99 -- All inclusive Support Services for Military Exercise - Endless Summer Classic

Notice Date
7/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-09-R-0005
 
Response Due
8/6/2009
 
Archive Date
10/5/2009
 
Point of Contact
Debbie Rice, 904-823-0555<br />
 
E-Mail Address
USPFO for Florida
(debbie.rice@fl.ngb.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. ENDLESS SUMMER STATEMENT OF WORK The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary in support of the Florida Army National Guards Endless Summer SRP to be conducted at Camp Blanding Joint Training Center, Starke, Florida. The Forward Operating Base (FOB) will be completed not later than COB 14 August 09 and completely dismantled and removed NLT COB 5 September 09. Contractor is responsible for the following: 0001 SLEEPING TENTS Clear span tents to support approximately 380 male Soldiers and 20 female Soldiers. Each tent is to allow for 72 square foot of space per soldier (male and female must be in separate tents) and have fire extinguishers (TYPE C) included fire extinguishers should be ABC type multi-purpose, 10 lb, one extinguisher for every 75 of travel distance. The tent is to include lights (illumination of 30 foot candle at table height. Minimum of 1 (2-receptacle) outlets per 2 cots evenly spaced on the wall, and HVAC to sustain 70 degrees. Contractor is responsible to provide cots within the sleeping tents. Each cot will be a minimum size of 26 x 75 x 16 and have a minimum weight capacity of 400 lbs. Any damage to the cots from normal use will be the contractor's responsibility. Contractor is responsible for erecting and dismantling of tents. Tents must be able to withstand wind gusts of 75mph. Sleeping tents will have wood floor or flex matting floors. Add trash receptacles ratio 1-30 gallon per 20 soldiers, with liners, emptied daily between 9 a.m.-3 p.m. Doors to be swing open, do not have to be self-closing. See attached map for location of the FOB. Tents must comply with: ALARACT 142/2007 ADENOVIRUS DISEASE PREVENTION AND CONTROL http://usachppm.apgea.army.mil/Documents/News/HotTopics/ALARACT_142_2007_adenovirus_prevention_control_26jun07.pdf 2.D. (U) In sleeping quarters, have your soldiers sleep in a foot to head pattern and have maximum possible distance between cots. The recommended minimum sleeping space allowance is 72 Square Feet per person. -COTS are required to be the standard Army cot with maximum weight of 400 lbs. No expandable cots, soldiers must be able to secure their equipment under the cots to allow for egress. -No Linens are to be provided -Extension Cords Use of electrical extension cords is not an issue as long as they do not cause a tripping hazard, or are exposed to anything that may damage the cord in any way. 0002 SIMEX TENT Not Required 0003 PORTABLE SHOWER UNITS Provide portable shower units (No shower tents) with one shower heads and one hand washing /shaving stations per 20 Soldiers. Units are to have hot and cold water with 1 shower/sink per 20 soldiers. Contractor is to maintain showers and keep in a clean and sanitary condition. Showers are to be operational from 15 August 09 through 01 September 09. Contractor is to have showers available 16 hours per day (0500 1100 and 1300 2300) for use by soldiers. Showers should be partitioned to accommodate male and female soldiers. Contractor must provide power and grey water removal. Water can be obtained from Camp Blandings Public Works Department. Contractor will provide the backflow and check valves to hook up to the fire hydrant closest to the FOB. -Electrical cords used at shower trailers will have water proof boxes covering the inlet and outlet plugs of the extension cord. (National Fire Protection Agency (NFPA)) -Showers in accordance to OSHA 29 CFR 1910.141(d) (3) and 29 CFR 1910.142(f) (1) (ii) one shower shall be provided for each 10 soldiers of each sex. -Hand wash basins in accordance to OSHA 29 CFR 1910.142(f) (1) (i) 1 per six soldiers in shared facilities. -Grey water can be emptied into manhole located on site -Fire Hydrant is 50 PSI. Contractor provided backflow and check valves must have current inspection tags OR contractor may hand receipt from Camp Blanding. If hand receipted and not returned a charge will apply. 0004 CHANGING TENTS Not Required 0005 PORTABLE LIGHT SETS Not Required 0006 GREY WATER REMOVAL As stated above in ITEM 0003 Grey water can be emptied into manhole located on site. 0007 TOILETS FACILITY The contractor is to provide and service Latrine trailers to accommodate 1 toilet per 20 soldiers. The facility is to be HVAC controlled. Water can be hooked into the nearest fire hydrant. Contractor is to provide the backflow and check valves required (See Item 0003). Latrines will be cleaned and serviced twice each day (12-4 p.m. and 3-5 a.m.). A discharge line can be run into the post sewer system at the closest manhole. -Placement of tents, showers and toilet facilities is the contractors choice. Contractor is to provide their layout map of the site with their proposal. -In accordance with OSHA 29 CFR 1910.141(c) Table J and (OSHA 29 CFR 1910.142(d) (5) Toilet: Separate toilet facilities are required per sex. 0008 POWER GENERATION Provide power generation for each FOB. Power requirements are for all sleeping tents, latrine trailers, and shower units. Contractor will deliver, setup, maintain (to include fueling, maintenance, and wiring), and remove all power generation equipment. Power generation must be established by COB 14 August 09 and ending NLT COB 01 September 09. Contractor must be available to respond to service calls within 2 hours notice. -Must be a 30ft buffer between tents to maintain access of emergency vehicles. 0009 RESPONSE TIME Response time for any/all short comings of this Statement of Work (i.e.: tents that may fall down, forklift and/or power generation maintenance, but not limited to those mentioned) is two (2) hours from time of COR notification. -Contractor may bring a motor home and park on site. -Closest lodging locations are in Starke, FL or Middleburg, FL 0010 POWER GENERATION FUEL Contractor will provide all fuel required to support power generation for the period of COB 14 August 09 and ending NLT COB 01 September 09, 24 hours per day. Contractor will be required to provide documented fuel fill sheets tracking all gallons of fuel utilized and price per gallon for duration of contract for power generation (i.e.: if 8,000 gallons were quoted on bid, 9,000 gallons are utilized during the contract, Govt will pay for 9,000 gallons, if 8,000 gallons were quoted on bid, 8,000 gallons are utilized during the contract, Govt will pay for 8,000, if 8,000 gallons were quoted on bid, 7,000 gallons are utilized during the contract, Govt will pay for 7,000; if $3 per gallon was quoted on bid, the actual cost during duration of contract is $4 per gallon, Govt will pay $4 per gallon; if $3 per gallon was quoted on bid, the actual cost during duration of contract is $2, Govt will pay $2 per gallon). 0011 MISCELLANOUS ITEMS -All trash must be removed from site daily and Camp Blanding by the end of the period. Contractor will have to provide own dumpster. -Meals Contractor may utilize two locations on post for meals Camp Blanding Conference Center or Consolidated Dining Facility. Addresses will be provided in contract. If more than 20 personnel, arrangements must be made a head of time. -Must be operational on the morning of 14 AUGUST 2009. -All tents, shower units, toilet facilities, power generation and trash must be dismantled and removed from site Not Later Than 5 SEPTEMBER 2009. CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Jun 2009) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION) 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-44 Fair Labor Standards And Service Contract Act - Price Adjustment FEB 2002 52.223-6 Drug-Free Workplace MAY 2001 52.225-1 Buy American Act--Supplies JUN 2003 52.225-3 Buy American Act--North American Free Trade Agreement--Israeli Trade Act AUG 2007 52.232-1 Payments APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.232-25 Prompt Payment OCT 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-36Payment by Third PartyMAY 1999 52.233-1 Disputes JUL 2002 52.233-1 Alt I Disputes (Jul 2002) - Alternate I DEC 1991 52.233-3 Protest After Award AUG 1996 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984 52.237-3 Continuity Of Services JAN 1991 52.242-15 Stop-Work Order AUG 1989 52.243-1 Changes--Fixed Price AUG 1987 52.243-1 Alt II Changes--Fixed-Price (Aug 1987) - Alternate II APR 1984 52.246-1Contractor Inspection RequirementsAPR 1984 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-34 F.O.B. Destination NOV 1991 52.249-2 Termination For Convenience Of The Government (Fixed-Price) MAY 2004 52.249-2 Alt I Termination for Convenience of the Government (Fixed-Price) (May 2004) - Alternate I SEP 1996 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 52.253-1Computer Generated FormsJAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.204-7006 Billing Instructions OCT 2005 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.217-7003 Changes DEC 1991 252.223-7004 Drug Free Work Force SEP 1988 252.225-7012 Preference For Certain Domestic Commodities MAR 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT 52.204-1 APPROVAL OF CONTRACT (DEC 1989) This contract is subject to the written approval of Contracting Officer and shall not be binding until so approved. (End of clause) 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) (a) Definitions. As used in this clause-- Central Contractor Registration (CCR) database means the primary Government repository for Contractor information required for the conduct of business with the Government. Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the CCR database means that-- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record ``Active''. The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS +4 followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from USPFO FOR FLORIDA, ATTN: DEBORAH U. RICE, P O BOX 1008, ST. AUGUSTINE, FL 32085-1008 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov.far http://farsite.hill.af.mil http://www.dtic.mil.dfars http://web1.deskbook.osd.mil/default.asp SITE VISIT: Will be held at Camp Blanding Joint Training Center, 5629 State Road 16 West, Building 4540 on DeFuniak Springs Road, Environmental Classroom, Starke, FL, on 4 AUGUST 2009 at 0900a.m. Any and all questions to be submitted by 12 noon, 5 August 2009, POC: LTC Paul Chauncey, 904-682-3952 or Cell: 904-806-5361 Proposal submittal requirements: In order to be considered for an award, submit to the Contract Office the following: 1. Pricing proposal and separate Technical proposal with Quality Assurance Plan; 2. Delivery schedule; 3. Past Performance; 4. Submit required information in accordance with 52.212-3 -- Offeror Representations and Certifications -- Commercial Items ALT I. Responses to this notice must be received Not Later Than 2 p.m. (EST), 6 AUGUST 2009 at the following address: USPFO for Florida, 189 Marine Street, St. Augustine, FL 32084-5154, or email to Debbie.rice@fl.ngb.army.mil, or fax to 904-823-0512 to the attention of Debbie Rice. Offers received after the required time and date of submission may not be considered unless determined to be in the best interest of the government. Responses are to be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items. Selection will be made on Lowest Price Technically Acceptable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-09-R-0005/listing.html)
 
Place of Performance
Address: CAMP BLANDING TRAINING CENTER 5629 STATE ROAD 16 WEST STARKE FL<br />
Zip Code: 32091-9792<br />
 
Record
SN01887605-W 20090727/090725233419-afe5b08ff1a10be3f16e2331ee3e2173 (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.