Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

99 -- 2010 JSOH Portable Restrooms Rental - Statement of Work

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D02220089A001
 
Archive Date
5/8/2010
 
Point of Contact
Lakisha N. Holston, Phone: 301-981-1903, D'Jaris R Gladden, Phone: (301) 981-2307
 
E-Mail Address
lakisha.holston@afncr.af.mil, d'jaris.gladden@afncr.af.mil
(lakisha.holston@afncr.af.mil, d'jaris.gladden@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached is Statement of Work. 2010 JSOH Portable Restroom 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number F1D0220089A001 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. 2. This solicitation has been set aside 100% for small business; all responsible sources may submit a quote. The North American Industry Classification System (NAICS) code is 562991, Septic Tank and Related Services, and the business size standard is $7.0 million. 3. The Government will award a firm fixed price contract for Portable Restrooms for the 2010 Joint Service Open House (JSOH) and is procuring the following: Contract Line Item 0001: Quantity/Units - 1 each Item description: 8 x 28 restroom trailer for Distinguished Visitor area. Must be recycle water flush which requires no water hook up. No substitutions. Contract Line Item 0002: Quantity/Units - 13 each Item description: Portable toilets with hand sanitizer, (3) delivered to Branch Avenue Metro Station, (8) delivered to East Side of flight line on Joint Base Andrews, and (2) delivered to West Side of flight line (show area). No substitutions. Contract Line Item 0003: Quantity/Units - 250 each Item description: Deluxe restrooms with hand sanitizer. No substitutions. Contract Line Item 0004: Quantity/Units - 37 each Item Description: Handicap restrooms with hand sanitizer. No substitutions. Contract Line Item 0005: Quantity/Units - 2 each Item description: Baby care stations. No substitutions. Contract Line Item 0006: Quantity/Units - 25 each Item description: Hand washing stations. No substitutions. Contract Line Item 0007: Quantity/Units - 16 each Item description: 250 gallon holding tanks, 3 of the 16 will be connected to the three mobile offices located on the Flight Line: Show Control Office, Medical Office, and Lost Children Office. Contract Line Item 0008: Quantity/Units - 1 Lump Sum Item description: Service attendants to be on site 14 May - 16 May 2010 to service restrooms, baby care and hand washing stations from 8:00am - 6:00pm Easter Daylight Time (EDT), to ensure supplies are stocked at all times and ensure units and stations are cleaned as needed. Contract Line Item 0009: Quantity/Units - 2 each Item description: All restrooms will be pumped (if required) by event end on Friday, 14 May 2010 between the hours of 6:00pm - 7:00pm EDT, and Saturday, 15 May 2010 between the hours of 6:00pm - 7:00pm EDT. Delivery Date and Location: Contract Line Item 0001 - 0009: All units must be delivered on Thursday, 13 May 2010 after 5:00pm EDT and in place by 2:00am EDT on Friday, 14 may 2010. Units must be removed from the flight line on Sunday, 16 May 2010 starting at 6:00pm EDT and all units must be completely removed from the flight line by 2:00am EDT on Monday, 17 May 2010. Units not on the flight line must be picked up no later than 8:00am EDT, Monday, 18 May 2010. FOB: Destination 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil or http://www.arnet.gov/far/. The following FAR provisions are applicable: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation -- Commercial Items; FAR 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.219-6, Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 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); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006) and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clause is hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 316CONS-001, Ceremonial Events; 316CONS-004, Environmental Compliance; 316CONS-007, Personnel Security Requirements; and 316CONS-010 WAWF Instructions and 5352.201-9101 OMBUDSMEN (Aug 2005). 5. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated quote conforms to the combined synopsis/solicitation and represents the lowest price technically acceptable (LPTA) with most reliable delivery service. The Government intends to make award (offer) to the responsive firms without discussions; prospective offerors are advised to submit their best quote prior to quote closing date of 23 Apr 2010, 12:00 PM, EDT; however, the Government reserves the right to conduct discussions. The Government reserves the right to enter into an agreement with other than the lowest priced offeror. The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their quote. The Government reserves the right to eliminate from further considerations, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major rewrite or revision. 7. All solicitation questions must be received via electronic mail (email) to points of contact Ms. Lakisha Holston at lakisha.holston@afncr.af.mil and/or Ms. D'Jaris Gladden at djaris.gladden@afncr.af.mil no later than 12:00 PM EDT, 16 April 2010. 8. All quotes must be received no later than 12:00 PM EDT, 23 April 2010. Quotes may be emailed to the above points of contact or sent by facsimile (fax) at 301-981-1910. STATEMENT OF WORK: FOR JSOH 2010 PROVIDE PORTABLE RESTROOM SERVICES DESCRIPTION OF SERVICES: The contractor shall provide portable restroom services to the customers attending the 2010 Joint Service Open House (JSOH) event on Joint Base Andrews, MD from 14 through 16 May 2010. All items outlined in paragraph 1 below must be delivered on Thursday 13 May 2010 after 5:00pm EDT and in place by 2:00 am EDT on Friday, 14 May 2010. They must be removed from the flight line Sunday, 16 May starting at 6:00pm EST and all units must be completely removed from the flight line by 2:00am EDT on Monday, 17 May 2010. Units not on the flight line must be picked up no later than 8:00 am EDT, Monday, 18 May 10. 1. The contractor will provide the following items needed: a. 1 each, 8x28 Restroom Trailer for Distinguished Visitor area. Must be recycle water flush which requires no water hook up. b. 13 each, portable toilets with hand sanitizer (3) delivered to Branch Ave Metro, (8) East side of flight line on Joint Base Andrews, (2) West side of flight line (show area). c. 250 each, deluxe restrooms with hand sanitizer d. 37 each, handicap restrooms with hand sanitizer e. 2 each, baby care stations f. 25 each, hand washing stations g. 16 each,-- 250 Gallon holding tanks, 3 of the 16 will be connected to the three mobile offices located on the flight line, Show Control office, Medical office & Lost Children office. h. Service Attendants to be on site 14-16 May 2010 to service restrooms, baby and hand washing stations from 8:00 am to 6:00 pm, EDT to ensure supplies are stocked at all times and ensures units and stations are cleaned as needed. i. All restrooms will be pumped (if required) by event end on Friday, 14 May10 between the hours of 6:00 pm to 7:00 pm, EDT and Saturday, 15 May 10 between the hours of 6:00 pm to 7:00 pm, EDT. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES: Government will meet all customer-required support needed for the contractor to fulfill this contract. a. Government Furnished Property: None b. Government Furnished Utilities: The Government will provide electric, water, sewage, utilities, police protection and fire protection. c. Medical: The Government will provide necessary emergency medical services at Malcolm Grow Medical Center, Building 1050, for contracted employees while performing work on this installation. The contractor is responsible for reimbursing the Government for all medical services provided. 3. GENERAL INFORMATION: a. Damage: Contractor shall repair or replace any government property damaged by the contractor at no additional expense to the government. b. Work Hours: Service attendants work hours are outlined in paragraph 1(h), 8:00 am to 6:00 pm, EDT 14 -16 May 10. c. Emergency: In the case of an emergency, the Contracting Officer's (CO) technical representative, base fire chief, and base operations officer or their representative, shall have the authority to order the contractor to terminate work and clear the area of personnel and equipment. d. Security: The contractor will safeguard all government property and materials provided for their use. The contractor shall be responsible for the actions of his subcontractor's employees while performing work under this contract on the installation. In addition, the contractor agrees to abide by all security regulations and procedures, as stipulated by Security Forces, and to surrender all temporary passes issued to him, pursuant to this paragraph, upon completion of this contract. The contractor shall submit an original written request on company letterhead for each employee to the Government's representative specifying employee name, social security number, home address employer and tag number and state when performing work under this contract. A base wide identification card and vehicle pass shall be obtained for all employees including subcontractors. The contractor's employees shall have possession of his/her pass at all times while working on the installation. The contractor shall return any pass when employment and/or contract obligation is terminated. Lost or stolen passes shall be reported in writing immediately to the Contracting Officer. e. Health, Safety, and Environment: Contractor shall follow all applicable state, federal, and local laws pertaining to health, safety, and environment. f. Quality Assurance: The government may evaluate the contractor's performance by appointing the Contractor Compliance Inspector (CCI) to monitor performance to ensure services are received. The CCI will evaluate the contractor's performance through on site inspections. 4. Partnering Agreement: Inherent within this SOW is a partnering agreement between the Government and contractor to ensure joint cooperation and soundness by both parties in achieving mutually beneficial goals. When deemed necessary, the contractor agrees to meet the CO and CCI or any other Government personnel concerning performance of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D02220089A001/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02123357-W 20100417/100415235419-e80a3e33b877ca0770723e495eca9bd3 (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.