Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
SOLICITATION NOTICE

89 -- Bottled Water Services for US Army Garrison Redstone

Notice Date
1/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W9113M) SMDC, ATTN: SMDC-CM-AP, PO Box 1500, Huntsville, Alabama, 35807, United States
 
ZIP Code
35807
 
Solicitation Number
W9124P-16-T-9564
 
Archive Date
3/15/2016
 
Point of Contact
Darnell Booze, Phone: 2568425337
 
E-Mail Address
darnell.booze.civ@mail.mil
(darnell.booze.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Bottled Water Services for US Army Garrison Redstone 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. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The associated NACIS code 312112 and the small business size standard is 500. The Small Business Competitiveness Demonstration Program is not applicable. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial 52.212-4, Contract Terms and Conditions - Commercials Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executives Orders - Commercial Items, The offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.212-7001 Contract Terms and Condition Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The Government will award a contract resulting from solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and the factors contained in the solicitation. All quotes and All related questions must be submitted to the following email address: darnell.booze.civ@mail.mil As part of your proposal please provide a statement indicating that you are able to meet All requirements mentioned in the Performance Work Statement. If you cannot meet All of the requirements, your proposal will be considered technically unacceptable and it will not be eligible for award. The purpose of this combined Synopsis/Solicitation is to award a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (ID/IQ) type contract for the Bottled Water Services for US Army Garrison Redstone, Redstone Arsenal, AL. The award will be a base year and four option year periods. The Period of Performance for the Base Year will be 01 April 2016 to 31 March 2017, with the option to extend up to four years. Any questions regarding this request must be submitted by Friday, February 19, 2016, 3:30p.m. CT, via email to: darnell.booze.civ@mail.mil All Quotes regarding this request must be submitted by Monday, February 29, 2016, 3:30p.m. CT, via email to: darnell.booze.civ@mail.mil Additional Information: Contracting Office Address: Army Contracting Command - Redstone CCAM-OSO Building 5303 Martin Road Redstone Arsenal, Alabama Place of Performance: Army Contracting Command - Redstone CCAM-OSO Building 5303 Martin Road Redstone Arsenal, Alabama Points of Contact(s) Darnell Booze, darnell.booze.civ@mail.mil Army Contracting Command - Redstone PERFORMANCE WORK STATEMENT (PWS) Bottled Water Redstone Arsenal GENERAL INFORMATION 1.0 General: This is a non-personal services contract to provide Bottled Water Services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services: The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform bottled water delivery and maintenance services as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Objective: Contractor shall service, clean, maintain serviceability, and deliver 5-gallon units of bottled water weekly to various designated locations on Redstone Arsenal, ensuring the number of bottles delivered to each of the locations does not exceed quantities. 1.3 Scope of Work: Contractor shall deliver 5-gallon units of bottled water weekly to various locations on Redstone Arsenal as per attachment "A" building list. The contractor shall ensure that the number of bottles delivered to each of these designated locations does not exceed that of the quantities specified in Attachment "B" delivery list. The Government may add or delete buildings as required. 1.3.1 Provide cold water dispensers equipped with water guards to include drinking cups, cup holder/dispensers at each location listed in Attachment "A". Contractor shall service and clean coolers to maintain serviceability. 1.3.2 The Contractor shall ensure that the number of bottles delivered to each of these designated locations (refer to Attachment "A") does not exceed that of the quantities specified in Attachment "B" delivery list. The Government will issue the Contractor a Job Order Request, IMSE-RED Form 2701, providing the location of services to be rendered, the name of the point of contact (POC) including the phone number. 1.3.3 The Contractor shall telephone the Contracting Officer's Representative (COR) every Monday to determine if there are any Job Order Requests to be picked up at Building 4488, Redstone Arsenal, Alabama. 1.3.4 The Contractor shall have the point of contact (POC), or the POC's representative, sign a ticket acknowledging receipt of items when each delivery is made. The Contractor will ensure the POC provides a legible written name, signature and date. The Contractor shall maintain the original delivery ticket on file until the end of the contract. The Contractor shall deliver all original tickets on file to the Contracting Officer's Representative (COR) at the end of the contract. 1.3.5 The Contractor shall deliver the tickets in adequate containers as to preserve information on tickets and prevent any fading or ink smudging. Tickets shall be in numerical order within the containers. The Contractor shall ensure that each container does not exceed a total weight of 50 pounds. 1.4 Period of Performance: The period of performance shall be for one (1) twelve (12) month base period and four (4) 12-month option periods. 1.5 General Information 1.5.1 Quality Control Program (QCP): The Contractor shall develop and maintain an effective QCP to ensure services are performed in accordance with (IAW) this PWS. The QCP must be forwarded to and accepted by the KO. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of deficiencies. The Contractor's QCP is the means by which the Contractor assures that the work complies with the requirement of the contract. The Contractor shall develop a Quality Control Plan (QCP). The contractor shall deliver one copy of their QCP to the COR and KO within 30 days of contract award, and within five (5) working days when changes are made thereafter. After acceptance of the QCP the Contractor shall receive the contracting officer's acceptance in writing of any proposed change to their QC System. 1.5.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.5.2.1 Random Inspections: Inspections will be perform by the COR on a random basis, a minimum of 10 units a month. 1.5.2.1.1 Performance Metrics Used: Random sampling of at least 10 units a Month (e.g. cleanliness, properly operating, and right location). 1.5.2.2 Customer Feedback: Customer feedback is typically obtained via telephone, email, or interactive customer evaluation (ICE) comments. 1.5.2.2.1 The COR shall validate all complaints. If determined valid, the COR will advise the KO and the Contractor of the deficiency. 1.5.4 Recognized Holidays: The contractor is not required to perform services on Federal holidays. 1.5.4.1 Federal Observed Holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.5.5 Hours of Operation: The Contractor is responsible for conducting business, between the hours of 0730-1600, Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.5.6 Place of Performance: The work to be performed under this contract will be performed at the locations listed in TE 1. 1.6 Security Requirements: Contractor personnel performing work under this contract must have a favorable National Agency Check with Inquiries (NACI). 1.7 Antiterrorism Level Training: 1.7.1 OPSEC Initial Training. All contractor employees, to include subcontractor employees, requiring access to government installations, facilities and controlled access areas shall complete the initial OPSEC training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. 1.7.2 iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor, to include subcontractors shall brief all employees on the local iWATCH program. The iWATCH slide presentation and supporting training video is provided by the USAG-R Antiterrorism Branch. Training material is located in the garrison contracting organizational files. This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to local law enforcement and security officials. This training shall be completed within 30 calendar days of contract award and within 15 calendar days of new employees commencing performance with the results reported to the COR within 10 calendar days after completion of training by all employees and subcontractor personnel. 1.7.3 Impact on contractor performance during increased FPCON during periods of increased threat (Contractor personnel working on an installation). During FPCON's CHARLIE and DELTA, services may be discontinued / postponed due to higher threat. Services may resume when the FPCON level is reduced to level BRAVO or lower. All contractor service and supply delivery vehicles entering Redstone Arsenal that have not been vetted for unescorted entrance will report to ACP #1. A valid driver's license and a shipping bill of lading must be provided. Enclosed cargo compartments will be secured by locks or (serial numbered) security bands in order to prevent tampering. Drivers will be directed to turn off the ignition, place the keys on the dash and open all storage compartments. All passengers will exit the vehicle to a designated holding area. Contractor service and supplies are subject to random inspection during food and water deliveries. The following actions will be taken during heightened postures: All contract service and supply commercial food deliveries will be escorted by the receiving organization. Coordination's must be made with the receiving organization prior to arrival to ensure persons are available for escorting. 1.7.4 Random Antiterrorism Measures Program (RAMP) participation. Contractor personnel working on an installation are subject to participation in Installation RAMP security program (e.g. vehicles searches/inspections, wearing of ID badges, etc). 1.7.5 For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 1.7.6 Identification of Contractor Employees: This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. The Contractor (to include subcontractors) shall provide each employee a Redstone Arsenal Identification (ID) Badge, which includes at a minimum, the Company Name, Employee Name and a color photo of the employee. ID Badges for Key Personnel shall also indicate their job title. ID Badges shall be worn at all times during which the employee is performing work under this contract. Each Contractor (to include subcontractors) employees shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The Contractor (to include subcontractors) shall be responsible for collection of ID Badges upon completion of the contract or termination of employee. A listing of issued identification cards shall be furnished to the Contracting Officer prior to the contract performance date and updated as needed to reflect Contractor and Subcontractor personnel changes. Foreign owned companies and foreign national contractors will only be permitted to perform under this contract when there are no qualified U.S. companies and /or U.S. contractors. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They shall also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.7.7 Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include associated sub-contractors employees shall comply with applicable installation, facility and area Commander Installation and facility access and local security policies and procedures (provided by the Government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor workforce shall comply with all personal identity verification requirements as directed by DoD, Department of the Army Headquarters, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition at any individual facility or installation change, the Government may require changes in contractor security matters or processes. The prime contractor Human Resources/Security Officer is responsible for the collection of all Redstone Badges and CAC cards issued to their employees. The Human Resources/Security Officer will then turn over these credentials to the COR. This applies when the contract expires; as well as, when a contractor resigns or is terminated. After accounting for all badges/CACs, the COR will turned in the credentials at the One Stop Badging Office or CAC Office (MILPO). All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. 1.8 Special Qualifications: Contractor personnel operating a vehicle in performance of this contract shall have current, valid driver's licenses. 1.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The KO and Contracting Officer's Representative (COR) shall meet periodically with the contractor to review the contractor's performance. At these meetings the KO will apprise the Contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. 1.10 Contracting Officer's Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.11 Key Personnel: The following personnel are considered key personnel by the Government: Contract Manager - the Contractor shall provide a contract manager who shall be responsible for the performance of the work. The Contract Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 7:30 a.m. to 4:00p.m., Monday through Friday except Federal holidays or when the Government facility is closed for administrative reasons. 1.12 Employees: The Contractor shall require all employees performing work on this contract to wear an employee badge, IMSE-RED Form 2341, above the waist on the front of exterior clothing except where safety and/or health reasons prohibit. These badges shall be collected by the Contractor from terminated employees prior to their departure from Redstone Arsenal and returned to the Directorate of Emergency Services (DES) Access Control Officer at Bldg 3623, Badging Office in Bldg 3494 (One Stop), or the Visitor Control Center (at Gate 1 or 9). 2. Specific Tasks: 2.1 Contractor Management Reporting (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 shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) 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 purposes of reporting this information); (11) 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); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct 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 Contractor's system to the secure website 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 website. 2.2 Invoices. 2.2.1 The Contactor shall submit monthly invoices, including delivery tickets for that designated month, to the COR at the following address: U.S. Army Garrison-Redstone ATTN: IMSE-RED-PWO Building 4488 Martin Road Redstone Arsenal, AL 35898 Copy of WAWF Invoice and delivery tickets shall be delivered within first five (5) days of month following invoice period. For example: delivery tickets from 1-31 January and WAWF invoice submitted for period of performance 1-31 January shall be submitted to COR 1-5 February. 2.2.2 The use of Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) is now mandatory for use by DoD Contractors. WAWF-RA will expedite your payment processing time and allows monitoring of your payment status online. There are no charges or fees to use WAWF-RA. See DFARS clause 252.232-7003 in section I for more information. To register for WAWF-RA log onto: https://wawf.eb.mil. 3 ATTACHEMENT/TECHNICAL EXHIBIT LIST: 3.1 Technical Exhibit 1 - Performance Requirements Summary 3.2 Technical Exhibit 2 - Deliverables Schedule 3.3 Attachment A - Building List of Customers 3.4 Attachment B - Delivery List 3.1 Technical Exhibit 1 - Performance Requirements Summary Performance Objective Standard Performance Threshold Method of Surveillance PRS # 1. The contractor shall deliver 5 gallon units of cold bottled water PWS Para 2.0 The contractor provided fully functional 5-gallon units of cold bottled water in accordance with building list equipped with water guards, drinking cups, cup holder/dispenser. Contractor will be able to take corrective actions immediately upon notification of COR. Corrective actions must result in 100% of all units delivered 0% Deviation from standard is allowed Random Surveillance- minimum of 10 units a month Validated Customer Complaints PRS # 2 The contractor shall clean and service coolers PWS Para 2.1 The contractor clean coolers and perform necessary maintenance or replacement of non-serviceable units 0% Deviation from standard is allowed Random Sampling- minimum of 10 units a month Validated Customer Complaints 3.2 Technical Exhibit 2 - Deliverables Schedule Deliverable Frequency # of Copies Medium/Format Submit To Quality Control Plan PWS Para 1.5.1 within 30 days of contract award 1 Copy Contractors Medium/Format COR KO Invoice PWS Para 2.2.1 within first 5 days of month following invoice period 1 Copy WAWF Printout COR 3.3 Attachment "A" - Building list of Customers Building 8024 3623 3775 4122 5129 7301 8022 3.4 Attachment "B" - Delivery List Bldg. # Weekly delivery (MAX) for each Bldg. 8024 2 Bottles 3623 19 Bottles 3775 1 Bottle 4122 2 Bottles 5129 2 Bottles 7301 2 Bottles 8022 4 Bottles
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de0303a8d6e62c6488727c9079eeb282)
 
Place of Performance
Address: Army Contracting Command – Redstone CCAM-OSO Building 5303 Martin Road Redstone Arsenal, Alabama, Redstone Arsenal, Alabama, United States
 
Record
SN04003303-W 20160130/160128234203-de0303a8d6e62c6488727c9079eeb282 (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.