Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
MODIFICATION

Z -- Portable Toilets and Collection Tank Services ***NEW DATE and SOW*** - Bid Schedule

Notice Date
9/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-11-Q-0041
 
Point of Contact
Jerald J. Kennedy, Fax: 660-687-4822, Terry W. Hester, Phone: 660-687-5488
 
E-Mail Address
jerald.kennedy@whiteman.af.mil, terry.hester@whiteman.af.mil
(jerald.kennedy@whiteman.af.mil, terry.hester@whiteman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please fill in this spreadsheet for pricing information. 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. Solicitation Number FA4625-11-Q-0041 is issued as a request for quotation to service and maintain the portable Toilet and collection tank services at Whiteman AFB, MO. The acquisition performance period is for one (1) 12-month base period and four (4) 12-month option periods. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement will be a total small business set-aside. The applicable North American Industry Classification System (NAICS) Code is 562991 with the corresponding small business size standard of $7 million. General Wage Decision 05-2307 (Rev.-12) was first posted on 06/17/2011 applies to this acquisition and can be found at http://www.wdol.gov/. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable. Paper copies of the RFQ will not be made available. Proposals can be e-mailed to the following e-mail address: 509cons.sollgca@whiteman.af.mil and jerald.kennedy@whiteman.af.mil or by FAX to (660) 687-4820 to the attention of SrA Jerald Kennedy. NOTE: Quotations must be received by 22 Sep 2011, 1:00 PM CST in order to be considered for award; late quotations will not be considered for award. Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) database in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. All pricing offers received shall remain valid through 31 Oct 2011. The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (including the following) FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7 Central Contractor Registration FAR 52.222-41 Service Contract Act of 1965 FAR 52.204-9 Personal identity Verification of Contractor Personnel FAR 52.252-2 Clauses Incorporated by Reference AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.223-9000 Elimination of ODS DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7007 Limitation of Government's Obligation Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years, 6 months. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Statement of Work FY 12 PORTA-POTS & COLLECTION TANKS MX AGREEMENT WHITEMAN AIR FORCE BASE, MISSOURI 1. GENERAL 1.1 Scope: Provide all material, tools, supplies, transportation, and labor necessary to perform and complete the tasks listed in this statement of work. 1.2 Protection of Government Property: When emptying the porta-pot, the contractor shall protect all grounds and pavements. The contractor at his expense shall repair any damage to government property to the satisfaction to the government. 1.3. Base Passes: Contractor personnel/vehicles must obtain appropriate base passes. Contractor shall initiate the process at CES Service Contracts 660-687-2530 or 660-687-2533 and proceed to Security Police Pass and I.D., located at the Visitors Center, from 7:30 a.m. to 4:30 p.m. Monday through Friday. 1.4. Base Access: The contractor shall enter and exit the base through the LeMay Gate located off of State Route 23 at the south side of the base. 1.5. Compliance with Laws and Regulations: The contractor is subject to all base fire, safety, and security regulations. The contractor shall obey all local, state, and federal laws and regulations. 1.6. Coordination with CE Service Contracts: Upon arrival at the base, contractor shall contact CE Service Contracts, (660) 687-2530 to verify arrival. Immediately following collection of porta-pot contents, the contractor shall provide CE Service Contracts with a service ticket that reflects work accomplished. 1.7. Inspection: At any time, government personnel may inspect the service. 2. EMPTYING 2.3. Equipment Requirements: Servicing porta-pots, i.e. emptying of porta-pot, and emptying of alert trailer tanks and collection tanks shall be accomplished through employment of equipment designed for the specific purpose of pumping the contents from the porta-pots and tanks into the contractor's mobile storage tank. The Porta-pots that are placed throughout the base shall be serviced at least once a week but may be serviced more depending on the use of the unit. Note: All Porta-pots used on Whiteman Air Force Base must use earth friendly products for servicing. There will no FORMALDEHYDE products used in serving Porta pots on Whiteman Air Force base. 2.4. Disposal. Contractor may empty contents from porta-pots/alert trailers/collection tanks at Whiteman AFB wastewater treatment plant (WWTP) provided the following conditions are met. The contractor's mobile storage tank was emptied of all wastes prior to arriving Whiteman AFB. The tank has not been used for anything other than hauling domestic wastes. No off base wastes will be accepted. Failure to comply with these conditions shall result in denial of access for any future disposal at the Whiteman WWTP. The contractor shall notify plant operators prior to dumping. The WWTP is located about ½ mile south of Spirit gate on SR 23, the service access is located on the right hand side of drive about 200 feet from plant gate the alternate dumping site is on base next to building # 115 Portable toilet wastes shall be free from large debris such as plastic/glass bottles, diapers, and other such items prior to arriving at WWTP for disposal. 2.5. Service Tickets: shall be provided by the contractor for each tank serviced, the ticket shall reflect the company name, service date(s) and time, and approximate number of porta pots that were serviced. The government representative will sign the tickets once work is complete. 3. PORTABLE TOILETS 3.1 Government Owned Portable Toilets. Contractor shall set and service, all government owned Portable toilets to commercial standards to include stocking of toilet paper upon request within 24 hours of delivery order. The number of government owned toilets is 23. 3.2 Contractor Owned Portable Toilets. For large base events that require toilet quantities greater than the government owned porta-pots and for special events. The contractor shall supply (toilet paper and hand sanitizer) set and service portable toilets for those events. The Government shall not request anymore than 30 units for any one event under the terms of this agreement. 3.3 Events. Expected events and approximate time frames are as follows: Memorial Day, Wing Picnic, Squadron Picnics throughout spring and summer, 4th of July, Labor day, Wing Functions throughout summer, squadron exercises year round and various special events that may arise through the year. 3.4 Service Call Authorization. Only the contracting office or CE Service Contracts are authorized to request services under this agreement. 4. ALERT TRAILERS 4.1 Equipment Requirement. The contractor shall empty four (4) government owned 40 gallon septic tanks, at the Alert Trailers, when full. One (1) emptying equals all four (4) trailers. The frequency of emptying is dependent on usage and the usage will vary depending on alert team schedules. Contractor should plan on emptying tanks once per day for the length of the exercise. Average exercise duration is 7-14 days. Schedules may or may not be available prior to start. One pumping equals four trailers. 4.2 Service Call Authorization. Only the contracting office or CE Service Contracts are authorized to request services under this agreement. 5. COLLECTION TANKS 5.1 Servicing collection tanks: After servicing each collection tank all foreign matter including grease, scum, and grit shall be removed from the entire unit and all parts associated with the unit and all parts associated with the unit being serviced. The government reserves the right to increase or decrease the service frequency of each of these holding tanks. 5.2 Service Frequency/locations of service tanks and grit chambers: Lemay Gate Collection Tank (1,000 gallon tank): The clean-out access cover is located just west of the Lemay Gate approximately ten (10) feet from the paved surface. The contractor shall provide all the tools necessary to remove/replace the clean out cover and pump hose of sufficient length to extend to the bottom of the holding tank. The clean out pipe is four (4) feet in length from the ground surface to tank. The tank is approximately three (3) feet deep. All contents shall be removed from the underground holding tank so that it is empty. Any spillage of these contents shall be cleaned up immediately. Contents of this tank may be emptied 8 times per month or approximately every three (3) days. Union Office Collection Tank (2400 gallon tank): The clean put access cover is located at the north east corner of the trailer. The clean out is located 120 feet from the parking lot edge. All contents shall be removed from the underground holding tank so that it is empty. Any spillage of these contents shall be cleaned up immediately. Contents of the tank shall be emptied monthly. 6. LOCATION OF COLLECTION TANKS: Lemay Gate B-1705 Union trailer Union office 7. SERVICE TICKETS 7.1 Service tickets shall be provided by the contractor for each of the areas listed in this agreement. As a minimum the tickets shall reflect the date, time, and type of service that was performed with a comments section that allows for a description of services provided and notation of any repairs that the unit being serviced may require. 8. SECURITY 8.1 The contractor and his/her employees shall be subject to all base instructions, including but not limited to all vehicle traffic and security instructions. The contractor and his/her employees shall be subject to all base instructions, including, but not limited to, all vehicle traffic, airfield, and security instructions. The contractor shall ensure each employee obtains a contractor pass (CAC). This shall be accomplished by initiating application procedures through CE Service Contracts office. All employees shall have the contractor pass in their possession at all times when on base. Contractor employees will be required to obtain and display identification badges. Anticipate delays in getting commercial vehicles on base and allow time for commercial vehicles to reach their destination by driving designated routes at posted speed limits throughout the base. Procedures for commercial vehicle access to the base are subject to change without prior notice. 9. HOURS OF OPERATION 9.1 Normal Hours: Working hours will begin no earlier than 7:00 a.m. and end no later than 4:00 p.m. unless otherwise approved by the contracting officer. 9.2 Recognized Holidays: The contractor is not required to provide service on the following days: New Year's; Martin Luther King's Birthday; Presidents Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veteran's Day; Thanksgiving Day and Christmas Day. If such a holiday falls on a scheduled emptying day, emptying scheduled for that day shall be made on the following work day. Any holiday reschedule shall be at no additional cost to the Government. 9.3 Emergency Services. Contractor shall respond to emergency calls within 4 hours of notification and shall maintain a means of contact 24 hours a day. 10. INVOICE 10.1 The invoice shall be processed through the web site Wide Area Work Flow (WAWF); refer to the WAWF clause. 10.2 The invoice shall have the contract number, invoice number, service date(s), and line item cost. 10.3 The contractor may invoice quarterly / monthly/ yearly. These services shall be performed any time during each quarter of the year and the contractor shall be paid when the service has been rendered whether that be quarterly/monthly/yearly whichever method is used, the contractor and the government representative must agree on the method at the start of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ffe6c089e0a1df729e3b541eddb48711)
 
Place of Performance
Address: Whiteman Air Force Base, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02571572-W 20110914/110912235120-ffe6c089e0a1df729e3b541eddb48711 (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.