Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

S -- Portable Latrine Blanket Purchase Agreement Smyrna

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-09-T-0071
 
Response Due
9/10/2009
 
Archive Date
11/9/2009
 
Point of Contact
Randal Halbrooks, 615-313-2628
 
E-Mail Address
USPFO for Tennessee
(randal.halbrooks@ng.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 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-09-T-0071 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as a small business set-aside; the North American Industry Classification System (NAICS) Code is 562991 with a Small Business Size Standard of seven million dollars ($7,000,000.00) per year. All responsible sources may submit an offer, which shall be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN 2006) (Deviation) and DFARS 252.212-7001 Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation). Quotes are due in this office no later than Thursday September 10, 2009, close of business four thirty (4:30) p.m. local central daylight time. They can be emailed to Randal.Halbrooks@ng.army.mil or facsimile to 615-313-0562. Offers will be evaluated using the Lowest Priced Technically Acceptable criteria outlined in FAR 15. The award will be made to the vendor whose proposal is most advantageous to the Government. The requirement is for a Blanket Purchase Agreement (BPA) for lease and service of portable latrines in Smyrna, TN. 1. BACKGROUND. VTS-Smyrna is a military training site for units/personnel enrolled in military schools, performing weekend Individual Drill Training, completing their Individual Weapons Qualification, or performing maneuvers in the various training areas on post. The base is located approx 20 miles southeast of Nashville in Smyrna, TN. From I-24W, take Exit 66 Sam Ridley Blvd, to 609 Fitzhugh Blvd, adjacent to the Smyrna Airport. 2. PURPOSE. The purpose of this contract is to provide portable latrines at this base location. 3. STATEMENT OF WORK. The contractor shall provide all required Portable Latrines to include the set up, cleaning and servicing of all equipment associated with the contract, in order to sustain daily operations. The vendor shall perform levels of maintenance, at the site, with equipment in place, in a manner that will not cause interruption of training site operations. 3.1. Specifications 3.1.a Portable Latrine -- the contractor shall provide fully enclosed outdoor type portable latrines, each equipped with hand sanitizers that meet the following minimum specifications: 3.1.a.1 Each portable latrine shall be fully enclosed with a cabana constructed of materials impervious to chemicals and waste. 3.1.a.2 The urinals and connected plumbing shall be manufactured of materials impervious to chemicals and waste. 3.1.a.3 Each portable latrine shall have a minimum 50-gallon tank assembly constructed of materials impervious to chemicals and waste and have a smooth surface to facilitate cleaning. 3.1.a.4 The doors shall be self-closing and tight fitting. Door hinges will be one of the following types; piano hinges, butt hinges or heavy-duty spring-loaded hinges. Hinges shall be securely attached and tamper resistant. 3.1.a.5 A minimum vent area to the outside of the tank of 12.5 square inches (a circle approximately 4 inches in diameter) shall be provided. The contractor shall have a minimum of two-screened ventilation areas venting the cabana, each having a minimum of 50 square inches of vent area. The vents will be fitted with a minimum size 16 mesh screening material to keep flies, wasp, insects, etc. out of the latrine. 3.1.a.6 The contractor shall ensure each unit is equipped with a two-roll toilet tissue dispenser and that toilet tissue is continuously stocked in the dispensers. Each latrine shall be stocked with sufficient rolls of toilet tissue to last between stocking services. Toilet tissue shall always be maintained in the dispenser. The dispenser shall be constructed in a manner to prevent free reeling of the tissue paper. The contractor is responsible for ensuring all latrines contain 4 rolls of toilet tissue, wrapped in a plastic bag to last between restocking. 3.1.a.7 The contractor shall ensure that all portable latrines attached are tied down separately or in groups using a standard tie down strap or substantial rope connected on each end to rebar type stakes firmly positioned in the ground. The contractor shall provide all tie-downs, ropes and staking equipment. The contractor shall anchor each portable latrine with a nylon rope or strap secured on the sides with metal stakes and will re-secure the latrine when they are moved. The contractor shall be on call in the event that any portable latrines are blown over due to unforeseen circumstances. The contractor shall reposition the latrine properly within a 24 hour period upon notification and steam clean the entire toilet surface inside and out. 3.1.a.8 The contractor shall ensure all chemical latrines have a marking in letters and numbers at least 2 inches high showing the owner and the unique number for each latrine. 3.1.a.9 The contractor shall position the latrine units where each unit is accessible to the customer. The latrine units shall be set according to guidance set forth by VTS-Smyrna personnel. 3.1.a.10 Each latrine provided shall be equipped with a hand sanitizer dispenser installed on the inside wall of the latrine. The dispenser shall be made of a durable refillable type dispenser; disposable pump type bottles are not acceptable. The contractor shall be responsible for ensuring the dispenser is always full of solution. The solution shall not contain less than 70% ethanol (ethyl alcohol). The contractor shall ensure that all hand sanitizing dispenser are filled, clean and serviceable at all times. Any unserviceable or malfunctioning hand sanitizer will be replaced immediately. 3.2 Weekly Cleaning of Portable Latrine 3.2.a Contractor will check in at VTS-Smyrna, Bldg 609 prior to entry to training areas for cleaning. 3.2.b The contractor shall provide all materials, tools, equipment, personnel, supervision, chemicals, cleaning supplies, sewage trucks, trucks with lift capability, potable water trucks necessary to clean, service and maintain all latrines and shower units. 3.2.c The contractors shall vacuum sewage, replace chemicals, pressure rinse and wash down all latrine units to ensure the latrines are continuously free of dirt, grime, trash and foreign matter. Debris such as cans, bottles, rags, sticks, etc., will be removed from the waste tank, collected and hauled away for proper disposal. No debris will be allowed to contaminate the outside area around the latrine. 3.2.d The contractor shall wash the toilet seat, urinal, and adjacent area around the toilet seat with a sanitizing cleaning solution capable of removing all built up dirt and waste. The standard of cleanliness required at all times for all latrines is an environment that is free of dirt, grime, trash, dust, sand, spills, or offensive smells. 3.2.e The contractor shall be responsible for cleanup of any spills related to its operation. 3.2.f The contractor shall constantly refill toilet paper dispensers and hand sanitation gel dispensers. 3.2.g The contractor shall leave the area in and around the latrines in a sanitary state. A sanitary state means that the immediate 10 foot area surrounding each latrine is liter free, and that there is no evidence of any waste spill from the latrines either while filling the latrines or emptying the latrines. 3.2.h The contractor shall use a hot water steam cleaning process to pressure wash each latrines when the latrines fail to meet cleanliness standards. The level of cleanliness requires that each latrine shall be at all times free of dirt, grime, sand, dust, spills, flies, bugs, or noxious odors. The hot water pressure washers used shall have a minimum 1,500-psi with a variable adjustable nozzle, a temperature output of 190 to 200 degrees Fahrenheit, and be equipped with a high-pressure detergent injector. Pressure washing shall have sufficient force in conjunction with adequate cleaning solutions to remove built up residues and scale and will include cleaning the inside wall; cleaning the holding tank to remove build up; cleaning the space between the tank, urinal and walls; removal or reduction of graffiti; removal of urinal build up; disinfecting toilet seat, urinal, and door handle and exterior cleaning. 3.3 Removal of Waste from the Portable Latrine 3.3.a The contractor shall provide all necessary trucks needed to timely remove waste materials from each latrine. The contractor shall be responsible for replenishing and recharging liquid levels as required keeping each unit fully functional. For a latrine to be considered fully functional the waste fluid levels shall never reach a level that would be considered unsanitary or unhygienic. The contractor shall further ensure that its servicing trucks are properly maintained to include all hoses, valves, connections and tanks operate without failure, and that all hoses shall be leak free and pliable. 3.3.b The contractor shall dispose of waste and debris materials collected at VTS-Smyrna at an offsite approved waste disposal location. If the contractor is found in violation of this requirement, the contract shall be subject to termination. 3.4 Maintenance of Portable Latrine 3.4.a All latrines in need of repair will be repaired or replaced within a 24 hour period upon notification of the deficiency by the COR. 3.4.b The contractor shall ensure each latrine is in a serviceable condition. 3.4.c The contractor shall be required within two (2) days of notification to remove all portable latrines designated as no longer required by the COR or designated VTS-S point of contact. 3.4.d The contractor shall ensure all equipment and transportation used in conjunction with unloading, loading, set-up and delivery of its latrines are mechanically sound and safe. 3.4.e The contractor shall provide all maintenance and repair for all portable latrines, to include but not limited to, i.e., replacing locks, hinges, etc. needed to maintain the serviceable condition of each unit. The contractor shall repair the portable latrines within twenty-four (24) hours of notification. If a latrine is found to be non-repairable on site, it shall be removed from service and replaced with a new portable latrine within twenty-four (24) hours. 3.4.f The contractor shall provide equipment that is safe and in operational condition. If the Contracting Officer or the COR determines that any item of equipment or property furnished is not suitable for performance under this contract, the Contracting Officer will promptly inform the contractor of the deficiency that needs to be repaired or replaced within twenty-four (24) hours. 3.5 Placement/Movement of Portable Latrine 3.5.a The contractor shall place portable latrines in locations, as designated by the VTS-Smyrna designated point of contact (POC). 3.5.b The contractor shall ensure that all portable latrines delivered under this contract shall meet the minimum specifications as detailed in the Technical Specifications of this statement of work. 3.5.c The contractor shall be responsible for ensuring the placement of the latrines shall be placed on a level surface with the door facing away from any prevailing winds. 3.5.d The contractor shall have the ability to relocate latrines within twenty-four (24) hours of notification by the COR via BPA call through PRWeb. 3.6 Clean-up Responsibilities 3.6.a The contractor shall be responsible for immediate clean-up of all contaminated medias and waste materials associated with or resulting from any spills (POL, solvents, waste water, battery acids, paints, lubricants, refrigerant oils, hydraulic fluids, anti-freeze etc,). 3.6.b In the event accidental or deliberate spillages events do occur and the contractor fails or refuses to clean the spill, the contractor shall be liable for the costs, which will be deducted from the monthly invoice for the contracted maintenance and power. 3.7 Additional Requirements 3.7.a Government has the right to request cleaning services in addition to the weekly requirements, at an additional fee per unit. Government may request additional cleaning of one or all of the units on site. Contractor will have twenty-four (24) hours to be on site and clean requested unit(s) after notification received. 3.7.b Government may request additional portable latrine(s) to be located at VTS-Smyrna dependent on training mission, at an additional fee per unit. Contractor will have twenty-four (24) hours to delivery requested unit(s) after notification received. 3.7.c Government may request portable latrine(s) be removed from site dependent on training mission, at an additional fee per unit. Contractor will have twenty-four (24) hours to remove unit(s) after notification received. 3.7.d Government may request portable latrine(s) be relocated on site due to training mission, at an additional fee per unit. Contractor will have twenty-four (24) hours to relocate unit(s) after notification received. 4.0 CONTRACTOR REQUEST FOR PAYMENT 4.1 The contractor shall invoice the Government per month, per BPA call issued. Invoice(s) will be mailed to Volunteer Training Site CMD, 555 Fitzhugh Blvd, Smyrna, TN 37167, ATTN: MAJ Krystal Cherry. Invoice will be verified and forwarded by email to USPFO, Voucher Exam Branch for payment. Contracting officer will be courtesy copied. 5.0 CONTRACTOR PERSONNEL. 5.1 Management: 5.1.a The Contractor shall act as, or provide, a Project Manager. 5.1.a.1 The Project Manager shall be the central point of contact with the Government for performance of all work under the contract. 5.1.a.2 A competent Contractor employee shall be designated to act for the Project Manager during the Project Manager's absence. 5.1.a.3 The Contractor shall provide written, 48 hour advance notice of such designation to and approved by the COR. 5.1.a.4 The Project Manager, and any individuals designated, shall have full authority to contractually bind the Contractor for prompt action on matters pertaining to execution of the contract. 5.1.a.5 The Project Manager and primary staff shall be able to understand, speak, read, and write the English language. 6.0 BPA INFORMATION 6.1 BPA Master Call Limit: $33,000 6.2 BPA Call Limit: $6,000.00 6.3 Period of performance: 1 October 2009 31 August 2014 or BPA Master Call Limit Reached. 7.0 VTS-SMYRNA POINTS OF CONTACT 7.1 The points of contact at VTS-Smyrna are as follows: SFC Tony Bigham (615) 355-3720 SSG Bill Wilson -- (615) 355-3678 MAJ Andrew Grubb (615) 712-5881 Vendors who respond to this solicitation shall provide the following prices: 1) Pick up or delivery of one latrine. 2) Relocation of one latrine. 3) Lease and service of one latrine per month. 4) Lease and service of one latrine per week. 5) Additional cleaning of one latrine in the event latrines require cleaning more than once per week.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-09-T-0071/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
 
Record
SN01940680-W 20090905/090904002504-e548c2862fb20ad0b7bb55b49a2c696e (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.