Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
MODIFICATION

45 -- Portable Toilets

Notice Date
3/23/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
145th Airlift Wing Base Contracting Officer, Charlotte, NC 28208
 
ZIP Code
28208
 
Solicitation Number
W9124212TIRT0002
 
Response Due
3/27/2012
 
Archive Date
9/23/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124212TIRT0002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111 with a small business size standard of $12.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-03-27 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Glen Jean, WV 25846 The AIRNG - North Carolina 145 AW requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, 1.1Porto-Pots, SCOPE OF WORK: The vendor shall provide the porta pots, and the means necessary in order to maintain the porta pots at the Summit Bechtel Scout Reserve for the purpose of supporting JTF Summit. The vendor shall maintain the porta pots in full working order and maintain a high standard of cleanliness to the customer/JTF Summit?s liking. The vendor shall provide the necessary and appropriate amount of chemicals to maintain hygiene/environmental safe conditions within the porta pots tanks. Vendor shall provide the toiletries, toilet paper, hand soap, and paper towels for the porta pots and hand wash stations. Be able to adjust the number of porta pots in order to accommodate the number of service members on ground during the contract with a 72 hours notice. Be flexible and able to adjust service needs/cost during the contract that reflects services received. Example: Currently we are tracking a low number of service members on site during the month of April, however, additional service members will continue to arrive as will the need for additional porta pots, and servicing/cleaning. Due to unforeseen changes in the number of service members on site we need the flexibility to both add and subtract services according to the necessary required support. At this time we are currently tracking a maximum number of 200 service members for a total of 3 two week rotations (6 weeks). Based on these numbers we will need to secure a minimum of up to 30 porta pots and also anticipate up to three cleanings per week with a minimum of one cleaning per week. As previously stated the personnel, training at Summit, will fluctuate and we need to ability to adjust services, the contract, to accommodate. We can provide a list of training dates and the numbers per training rotations in order to help coordinate and synchronize services. These porta pots will need stationed at various locations throughout the Summit Bechtel National Scout Reserve and maintained. It will be the vendors responsibility to provide the equipment in order to stage/set porta pots and also service/clean porta pots., 30, EA; LI 002, 1.1Hand Wash Stations, SCOPE OF WORK: The vendor shall provide the, hand wash stations, and the means necessary in order to maintain the hand wash stations at the Summit Bechtel Scout Reserve for the purpose of supporting JTF Summit. The vendor shall maintain the hand wash stations in full working order and maintain a high standard of cleanliness to the customer/JTF Summit?s liking. Vendor Shall provide the hand soap, and paper towels for the hand wash stations. Be able to adjust the number of hand wash stations in order to accommodate the number of service members on ground during the contract with a 72 hours notice. Be flexible and able to adjust service needs/cost during the contract that reflects services received. Example: Currently we are tracking a low number of service members on site during the month of April, however, additional service members will continue to arrive as will the need for additional porta pots, hand wash stations, and servicing/cleaning. Due to unforeseen changes in the number of service members on site we need the flexibility to both add and subtract services according to the necessary required support. At this time we are currently tracking a maximum number of 200 service members for a total of 3 two week rotations (6 weeks). Based on these numbers we will need to secure a minimum of up to 30 porta pots and up to 30 hand wash stations and also anticipate up to three cleanings per week with a minimum of one cleaning per week. As previously stated the personnel, training at Summit, will fluctuate and we need to ability to adjust services, the contract, to accommodate. We can provide a list of training dates and the numbers per training rotations in order to help coordinate and synchronize services. These hand wash stations will need stationed at various locations throughout the Summit Bechtel National Scout Reserve and maintained. It will be the vendors responsibility to provide the equipment in order to stage/set hand wash stations and also service and wash stations., 30, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, AIRNG - North Carolina 145 AW intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. AIRNG - North Carolina 145 AW is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions. Questions must be submitted no later than 24 hours prior to the closing date. In accordance with FAR 2.101, responses to this solicitation shall be evaluated based upon Best Value, and thus shall result in issuance of a delivery order to the schedule holder whose offer represents the greatest overall benefit to the Government. When determining Best Value, the Government may consider, but is not limited to, such factors as price, past performance, special features, trade-in considerations, probable life of item, warranty, maintenance, environment and energy efficiency, and delivery terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5cc44ddca5c47060b3c2c55644d88324)
 
Place of Performance
Address: Glen Jean, WV 25846
Zip Code: 25846
 
Record
SN02704305-W 20120325/120323234823-5cc44ddca5c47060b3c2c55644d88324 (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.