Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

W -- Scope of Work: The contractor shall provide all labor, material, equipment, tools, supervision and transportation, necessary to provide for the rental.

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124710T0051
 
Response Due
3/11/2010
 
Archive Date
5/10/2010
 
Point of Contact
Wendy McNorial, 910-907-5108
 
E-Mail Address
Fort Bragg Contracting Center
(wendy.d.mcnorial@us.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. STATEMENT OF WORK C.1 GENERAL C.1.1. Scope of Work. The contractor shall provide all labor, material, equipment, tools, supervision and transportation, necessary to provide for the rental, maintenance and sanitary servicing (cleaning) of Portable Latrines and Hand Wash Stations to Camp Mackall and Hoffman locations which are approximately 50 miles from Fort Bragg, North Carolina. Contractor shall perform these requirements in accordance with all applicable guidance, specifications, and local, state and federal laws and regulations provided herein or incorporated by reference. C.2 SCOPE OF WORK C.2.1 General. The contractor shall furnish all labor, material, equipment, tools, supervision and transportation to provide for the rental, maintenance and sanitary servicing (cleaning) of portable latrines (tan in color) and 45 gallon hand wash stations in accordance with all sanitation laws and normal business practices, Camp Mackall and Hoffman locations near Fort Bragg, NC, for the period of 1 December 2009 through 30 November 2010 C.2.2. Specific Tasks. C.2.2.1 Special Forces Common Skills Training (SFCST) Land Navigation Exercise requires portable latrines to support one-hundred and eighty (180) personnel at grid 17SPU 3696 7180, Slate Road, Camp Mackall. There are twelve (12) portable latrines at this site. These latrines will be serviced three times a week. C.2.2.2 Special Forces Assessment and Selection (SFAS) Tent City requires portable latrines and hand washing stations to support 400 personnel housed in tent city twenty-four (24) hours a day seven (7) days a week. There are twenty (20) portable latrines and three (3) hand washing stations at this site. These latrines will be serviced three times a week. C.2.2.3 SFAS Land Navigation Exercise requires portable latrines to support five-hundred (500) personnel at grid 17SOU 2435-8045 0 on Hoffman. This is not used three-hundres and sixty-five (365) days a year. There is normally only one (1) training period lasting approximately one (1) week per month. Portable latrines remain at their locations. There are seventeen (17) portable latrines at this site. These latrines will be serviced three times a week based on site usage. The site will be used on the following dates: 6-12 December 2009, 17-23 January 2010, 14-20 February 2010, 14-20 March 2010, 11-17 April 2010, 9-15 May 2010, 13-19 June 2010, 12-18 September 2010, 10-16 October 2010, 7-13 November 2010, 5-11 December 2010. C.2.2.4 Rowe Training Facility requires portable latrines to support one-hundred (100) personnel housed for twenty-four (24) hours a day seven (7) days a week at grid 17SPU 3760-7950. There are seven (7) portable latrines at this site. These latrines will be serviced three times a week. C.2.2.5 Peacetime Government and Hostage Detention (PG&HD) Classroom requires portable latrines to support one-hundred and fifty (150) personnel utilizing the training site fourteen (14) days per class for twenty (20) classes per year at grid 17SPU 3818-7951. There are five (5) portable latrines at this site. These latrines will be serviced three times a week. C.2.2.6 HHC SPT BN requires portable latrines to support twenty (20) cadre personnel utilizing BLDG T-2746 and T-2747 for 350 days. There are two (2) portable latrines at this site. These latrines will be serviced three times a week. C.2.2.7 C Company, 1st BN requires portable latrines to support twenty (20) cadre personnel utilizing BLDG T-3255, T-3353 and T-3354 for three-hundres and sixty-five (365) days a year. There are two (2) latrines at this site. These latrines will be serviced three times a week. C.2.2.7 E Company, 1st BN requires portable latrines to support forty (40) students for ten days, for 11 classes a year at Snyder base camp at grid 17S PU 368 759. There are four (4) portable latrines and one 45 gallon handwash station at this site. These latrines will be serviced three times a week. C.2.3 The contractor shall maintain detailed accurate records of the delivery of portable latrines under this contract. These records shall be made available to the Government at any time requested for the duration of the contract. C.2.4 Additional cost: C.2.4.1 Delivery Cost: C.2.4.2 Relocation Cost: Relocation of latrines during period of contact are allowed, if applicable and shall be included in the monthly price. C.2.4.3 Pickp-Up Cost: Applicable at end of contract period, if applicable. C.3 HOURS OF OPERATION C.3.1 The contractor shall accomplish this work between the hours of 7:30 AM and 4:30 PM, Monday thru Friday. No work shall be performed on weekends or Federal holidays without written approval of the Contracting Officer. C.4 DEFINITIONS C.4.1 STANDARD DEFINITIONS C.4.1.1 Contracting Officer. A person duly appointed with the authority to enter into and administer contracts on behalf of the Government. C.4.1.2 Contracting Officer Representative (COR). An individual designated by the Contracting Officer to act as his representative to assist in administering a contract. The source and authority for a COR is the Contracting Officer and limitations of a COR are contained in the written letter of designation. C.4.1.3 Government Property. All property owned by or leased to the Government or acquired by the Government under the terms of the contract. Government property includes both Government-furnished property and contractor acquired property as defined in FAR 45.101. C.4.1.4 Extra Services. Extra Services are those services required by the using activity beyond the normal three (3) times a week cleaning. Extra services can only be ordered by the COR. C.5 GOVERNMENT FURNISHED PROPERTY, SERVICES AND FORMS C.5.1 There shall be no Government-furnished property provided to the Contractor under the terms of this contract. C.5.2 Emergency Medical Service. Medical services for Contractor personnel are the responsibility of the Contractor. However, on an emergency basis, the Government will provide medical services for job-related injuries while an employee is performing under this contract. Such emergency medical care will be limited to those services necessary to prevent undue suffering or loss of life and will be provided only during the period of the emergency. In such circumstances, the Contractor shall transfer injured employees to a health care provider as soon as the emergency period ends. The Contractor shall reimburse the Government for emergency medical services provided upon receipt of invoice from the medical facility. Medical facilities are located at Womack Army Medical Center, Fort Bragg, North Carolina. C.6 CONTRACTOR FURNISHED ITEMS AND SERVICES C.6.1 Except for those items or services specifically stated to be Government furnished in Paragraph C.5, the Contractor shall furnish everything required to perform this contract. C.6.2 Cleaning Supplies. Contractor shall furnish all chemicals and cleaning supplies necessary to provide sanitary servicing (cleaning) of the portable latrines provided hereunder. Prior to award of contract, contractor shall comply with FAR Clause 52.223-3 Hazardous Material Identificatin and Material Safety Data. Compliance with 40 CFR 302, Paragraph 302.5 Determination of Reportable Quantities is required (http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr;sid=45b0e31e53c7599c5fe487c0c271f999;rgn=div5;view=text;node=40%3A27.0.1.1.2;idno=40;cc=ecfr. Contractor may not use or change to a new chemical before submitting a MSDS and obtaining the approval of the COR. C.6.3 The contractor shall furnish all toilet paper, paper towels or hand wipes and soap. C.7 PERSONNEL C.7.1 Contractor shall wear distinctive clothing bearing the companys name and the employees name clearly displayed at all times when working on Fort Bragg. C.7.2 The contractor shall not employ any person who is an employee of the U.S. Government, if the employment of that person would create a conflict of interest, nor shall the Contractor employ any person who is an employee of the Department of the Army, either military or civilian, unless such person seeks and receives approval in accordance with Department of the Army (DA) policies and Standards of Ethical Conduct Rules. In addition, the Contractor shall not employ any person who is an employee of the Department of the Army if such employment would be contrary to the policies contained in DODD 5500.7-R. C.7.3 All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering the Government reservation, shall abide by all the regulations of the installation, which may be in effect during the contract period. C.7.4 Certificates, Licenses and Permits. The Contractor shall, at no additional cost to the Government, obtain all certificates, licenses and permits required for performance of contract work and for complying with all applicable local, state, and Federal laws, rules and regulations. C.8 DAMAGES C.8.1. Contractor Damages. The Contractor shall be responsible for all damages to Government property caused by the Contractor. Any damages to Government property shall be repaired at no cost and to the satisfaction of the Government. C.9 CONSERVATION OF UTILITIES C.9.1 Contractor employees shall not use Government telephones at the work site for personal reasons or make any toll or long distance calls. C.10 SAFETY REQUIREMENTS C.10.1 Environment and OSHA. The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Any apparent conflict with the requirements of the contract shall be brought to the attention of the Contracting Officer or the authorized representative for final resolution. The Contractor shall notify the Contracting Officer or the COR in writing, in addition to any verbal notification of such conflicts. The Contractor shall be liable for all fines, penalties, and costs that result from violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel may be grounds for the Contracting Officer or the COR to halt work with a commensurate deduction of monies due the Contractor until such unsafe conditions are corrected. The Contractor shall take due caution not to endanger personnel during the performance of this contract. Upon discovery of a serious hazard such as fires, or a large fuel spill, the Contractor shall notify the Fort Bragg Fire Department, and the COR. C.10.2 The contractor shall incorporate all procedures necessary to be in accordance with United States Army Special Operations Command (USASOC) and Fort Bragg's Safety Program as set forth in FB 385-1, where applicable. C.10.3 Hazard Communication. The contractor shall comply with all applicable Hazard Communication (HAZCOM) standards pursuant to 29 Code of Federal Regulations (CFR). C.10.4 Fire Safety. The contractor shall comply with all applicable Fire safety standards, including the Fort Bragg Fire Prevention Program (FB 420-2). C.10.5 Hazardous Material. The contractor shall comply with all applicable Environmental considerations/certifications, to include functionally specific Hazardous Material/Waste (HAZMAT/HAZWASTE) handling pursuant to 49 CFR. C.11 ACCIDENT PROTECTION AND EMERGENCY MEDICAL TREATMENT C.11.1 The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. In addition to this, each crew of workers shall be provided with first aid kits complying with OSHA and other Federal State requirements to care for minor injuries normally sustained in the preventative maintenance industry. C.11.2 All work crew and the COR shall be provided with information pertaining to the Contractors arrangements for emergency medical treatment. This information shall include the following: Local Hospital: Name Phone No. Local Ambulance: NamePhone No. Local Doctor: NamePhone No. C.12 SERVICE AREA C.12.1 1st BN, 1 Special Warfare Training Group (SWTG)(A) requires the portable latrines to support personnel living on or around Rowe Training Facility. The United States Army John F. Kennedy Special Warfare Center and School (USAJFKSWCS) requires the use of portable latrines to support personnel living in Tent city 1 as well as SFPC students living on Rowe Training Facility.Special Forces Preparation Conditioning (SFPC) Land navigation exercise in the vicinity of(IVO) Camp Mackall and Hoffman locations. C.12.2 The contractor shall be responsible for all requirements to gain access to Camp Mackall and Hoffman locations in accordance with the applicable procedures. C. 13 VEHICLE REGISTRATION C.13.1 Vehicle registration, licensing and operation. Vendor vehicles shall have proper state registration, proof of insurance, and all vehicle operators shall possess valid driver's license to operate on the Post. Registration with the Provost Marshal's Office (PMO) of all vehicles transiting on post is mandatory. The Vendor shall fully comply with the vehicle registration requirements regarding Vendor-owned/operated vehicles as set forth in Fort Bragg (FB) Regulation FB 190-5. This regulation can be found at http://www.bragg.army.mil/16MP/vehicle_registration_information. Any questions regarding this regulation can be directed to the PMO at 910-432-8193. Be advised that Vendor vehicles shall be subject to search at any time. C.14 EMERGENCY NOTIFICATION C.14.1 The contractor shall comply with all applicable Emergency notification and response procedures. C.15 CONTRACTOR MANPOWER REPORTING C.15.1 The Secretary of the Army effected an initiative to obtain better visibility of contractor services workforce. In support of the initiative, the Office of the Assistant Secretary of the Army, Manpower and Reserve Affairs, implemented a process to capture information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. C.15.2 To support the initiative, all contractors holding service contracts are required to report certain information. Contractors will report information via a Contracting Manpower Report (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The required information includes the following data elements: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including sub-contractors); f. Estimated direct labor dollars paid this reporting period (including sub-contractors); g. Total payments (including sub-contractors); h. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); k. Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. C.12.3 The Reporting Period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year. Contractors must report the information by 31 October of each calendar year. Contractors will report the required information to the CMR System. Data may be entered into the CMR system at any time during the contracts period of performance; however, data must be accurate and complete and entered into CMR during the data gathering period of 1 October through 30 September for every year, or part of a year, for which the contract is in force. The CMR System web address is as follows: https://contractormanpower.army.pentagon.mil. Contractors may direct questions to the help desk at 703-377-6199. C.15.4 Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the web site. C.15.5 Contracting Officers Representative. The Contracting Officers Representative shall ensure that contractors report the required information, as set forth in the COR appointment letter and surveillance plan.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b71ebbfe432a0be989cfded34359b519)
 
Place of Performance
Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02081810-W 20100305/100303234835-b71ebbfe432a0be989cfded34359b519 (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.