Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
MODIFICATION

W -- 41st IBCT Warfighter Exercise - Amendment 1 - Fencing Sketches

Notice Date
1/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-17-Q-2000
 
Archive Date
2/8/2017
 
Point of Contact
Richard Harvey, Phone: 503-584-3773
 
E-Mail Address
richard.a.harvey5.mil@mail.mil
(richard.a.harvey5.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 Amendment 1 Action Code: Solicitation Notice Class Code: W099 Subject: 41st IBCT WFX Camp Rilea, Warrenton OR. Solicitation Number: W912JV-17-Q-2000 Posted Date: 12/23/16 Set-Aside: Total Small Business Response Date: 1/24/17 11:00 A.M. PST Contracting Office Address: United States Property and Fiscal Office ATTN: USPFO-P 1776 Militia Way/PO Box 14350 Salem, Oregon 97309-5047 Place of Performance: Camp Rilea, Oregon 33168 Patriot Way, Bldg. 701Warrenton, OR 97146-9711 Details: 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. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 561210. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. Information to Offerors If you have any questions or concerns regarding this Request for Quote (RFQ), please contact CPT Richard Harvey at 503-584-3773 or at email: richard.a.harvey5.mil@mail.mil. To ensure receipt of your quote, please send quote to CPT Richard Harvey. SAM vendor registration is required. Please visit www.sam.gov. Step-by-step information on how to register is detailed on the website. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Please review FAR clause 52.229-3 for any exemptions in Federal, State and Local Taxes and their applicability pertaining to your quote for this RFQ. OFFERORS ARE HIGHLY ENCOURAGED TO READ THE PERFORMANCE WORK STATEMENT (PWS) IN ITS ENTIRETY AND SUBMIT ANY QUESTIONS BEFORE THE CLOSING DUE DATE AND TIME AND PRIOR TO SUBMITTING A QUOTE. This Request for Quote (RFQ) will result in a firm fixed price contract. Contract will be awarded to the contractor who provides a proposal that conforms to the terms and conditions of this solicitation and meets all the requirements outlined in the Basis for Award, PWS, and provides the lowest price for CLINS 0001-0006 (Use PWS Price Schedule for pricing purposes below) and is determined responsible IAW FAR Subpart 9.104-1. Ensure your proposal is detailed enough to determine that it meets that terms and conditions of the requirement. PRICES QUOTED MUST BE VALID FOR 30 DAYS. FOB Destination TO: Oregon Army National Guard Camp Rilea 33168 Patriot Way Warrenton, OR 97146 Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ To expedite the determination of responsibility (DOR) IAW FAR 9.1 the apparent awardee should provide with their quote: 1.) The contractor acknowledges that they shall provide all equipment, material, labor, supervision; supplies maintenance and items necessary in support of the Oregon Army National Guard's War Fighter Exercise (WFX) to be conducted a t Camp Rilea. 2.) The contractor will provide all information outlined in the Basis for Award and provide the most accurate and detailed technical quote for evaluation by a government official. 3.) The contractor shall provide a delivery and set up schedule to the Contracting Officer (KO) and the 41st IBCT COR within 7 days after contract award. 4.) The contractor shall provide Pricing for CLIN's 0001 -0007 into the PWS price schedule along with a total that includes FOB Destination, Travel and Taxes. Basis for Award The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror. It is also required that you provide adequate technical documentation as required by the Performance Work Statement in this solicitation to determine you are capable of providing this service. Technical Pamphlets, past performance information from previous requirements working with the government, and evaluations from previous work with the government will also be accepted for technical acceptance. 41 IBCT PERFORMANCE WORK STATEMENT Camp Rilea, OR 41 IBCT ANNUAL TRAINING CONTRACT SUPPORT 1. Introduction The contractor shall provide all equipment, material, labor, supervision; supplies and items necessary in support of the Oregon Army National Guard's Annual Training (AT) to be conducted a t Camp Rilea. Contractor shall coordinate with 41st IBCT Contracting Officer Representative (COR) or designated individual for all movement of vehicles and personnel onto Camp Rilea. This training exercise includes restricted areas. Although these areas will be clearly marked, it will be imperative for the contractor to validate routes for movement on Camp Rilea. Safety is the first consideration of all training activities. 2. General Requirements include temporary life support services in support of the Annual Training for the 41 IBCT and subordinate units. The contractor shall coordinate with the 41st IBCT COR for all site access, deliveries. Set up, maintenance and removal necessary to comply with the requirements of this contract. Contractor shall provide a delivery and set up schedule to the Contracting Officer (KO) and the 41st IBCT COR within 7 days after contract award. The schedule should address the following: 1. Contractor will be required to respond to specific maintenance issues related to this requirement 24 hours a day, 7 days a week during the performance period of this contract. Contractor must provide detailed outline of how they plan to fix or repair issues to the equipment throughout the Period of Performance (POP). 2. Contractor is authorized to occupy a contractor furnished tent or trailer at Camp Rilea. Contractor is also authorized to have representatives at the training site if they so desire to respond to any emergency or maintenance issues. Contractor must address an outline to the occupation arrangements before and during the exercise. Location of contractor furnished tents / trailer will be determined by the COR. Contractor will be able to use shower facilities at training site if necessary. Arrivals of Soldiers a t Camp Rilea Oregon are staged in the following sequence: • Advanced Echelon Arrives: 29 March 2017 • Main Body/ Reception, Staging, Onward Movement & Integration: 31 March, 2017 (Contracted items need to be in place and ready for operations) • Main Body / Steady State: 31 MAR - 14 APR 2017 • Rear Detachment: 15 APR 2017 (No contracting requirements) 3. The contractor is encouraged to set up early, and the earliest the contractor may start delivery and set-up of equipment is 23 March 2017. The Government requires to have the training site set-up and ready for occupancy no later than (NLT) 26 March, 2017. Contractor must address set up day, and tear down and departure day for the requirement. 4. All delivery drivers shall be able to provide a valid driver's license, valid vehicle registration, and valid vehicle insurance to post security in order to gain access before gaining access to the site. All contracted employees and subcontracted employees will be required to pass the required training below in order to come and go off site or maintain onsite for the duration of the requirement. AT Level I Training. This provision/clause/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 10 calendar days before contract start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR and to the Contracting Officer, within 3 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). 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 the COR. This training shall be completed within 3 calendar days of the training event start date (NLT 26 March 2017), with the results reported to the COR and KO before contract commencement. 3.1 UMCD Range TBD 3.1.1 General Services are required at Camp Rilea, Oregon (CROR) to supporting/servicing approximately 850 Soldiers from the 41 IBCT and supporting units. Requirements at CROR include: 40' self-contained ice freezer trailer, 40' self­ contained refrigeration trailer, commercial portable chemical toilets, commercial hand wash stations, towable light sets with power generation, 30 KW power generators and distribution boxes, and 6000' temporary fencing separated into two (2) sections which will include six (6) man-gate sections and four (4) vehicle-gate sections. 3.1.2 Requirements 1. CLIN 0001 Commercial Portable Toilets/ handwashing stations TOTAL tiny_mce_markerolicitation Number: W912JV-17-Q-0001 Notice Type: Pre-solicitation NAICS Code: 561210 Facilities Support Services PSC Code: W099 Lease or Rental of Miscellaneous Equipment Synopsis: The Oregon Army National Guard (ORARNG) has a requirement to include temporary life support services in support of the Annual Training for the 41 IBCT and subordinate units. Summary of Work: The requirement for this is for the delivery, installation and servicing for the following items: a. Portable Chemical Toilets and Hand Washing stations: Provide Forty-eight (48) outdoor style Portable Chemical toilets and Eight (8) portable hands washing stations to be delivered, set-up, maintained, moved and removed. b. Temporary Fencing- 6000' (ft.) in 12 foot sections 6 foot high for Three (3) separate locations set-up maintained and removed. c. Trailered Generator Light Sets - Ten (10) serviceable trailered generator light sets to be delivered, set-up, maintained, and removed. d. Power Generation- Two (2) 30 KW power generators with distribution boxes to be delivered, set-up, maintained, and removed. e. 40' (ft.) Self-Contained Freezer Trailer- One (1) 40' (ft.) serviceable freezer trailer to be delivered, set-up, and removed. f. 40' (ft.) Self-Contained Refrigerator Trailer- One (1) 40' serviceable refrigerator trailer to be delivered, set-up, and removed. Description of Requirement: This synopsis a Request for Quote following procedures found in FAR part 13.000. This announcement is for information and planning purposes only and is not a commitment by the Government. Planned Announcement: RFQ number W912JV-17-P-0001 will be issued on or about 10 January 2017, but may be issued prior to. Closing response date: approximately 30 days from the date the solicitation is issued. No site visit has been scheduled. If vendor requests to visit the site, a request must be made to CPT Richard Harvey no later than 7 days after solicitation posting. Important Note: The FedBizOpps (FBO) response date listed elsewhere in this synopsis is for FBO archiving purposes only. It has no relationship to the actual solicitation due date and time Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management Registration (SAM). All Offerors must be SAM registered prior to receiving an award. Registration instructions may be obtained and online registration may be accomplished, at www.sam.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Contracting Office Address: USPFO P&C, 1776 Militia Way, Salem OR 97301 Place of Performance: Camp Rilea 33168 Patriot Way, Bldg. 701 Warrenton, Or 97146-9711 Point of Contact: CPT Richard Harvey, Contract Specialist, at (503) 584-3773 or e-mail: richard.a.harvey5.mil@mail.mil ________________ Provide Forty-Eight (48) commercial portable toilets and Eight (8) commercial hand washing stations. Billing will be submitted for only the number of portable toilets actually moved. The contractor shall dispose of all waste at an off-post location. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for any permits or fees associated with the use of off-post disposal locations. Thirty-eight (38) portable toilets will be set up at fencing location one (1) and ten (10) portable toilets will be set up at fencing location two (2). Six (6) handwashing stations will be set up at fencing location one (1) and two (2) handwashing stations will be set up at fencing location two (2). Contractor is responsible for relocation of up to Ten (10) portable toilets and up to Two (2) handwashing stations as needed. The COR will coordinate with the contractor for placement requirements. 2. CLIN 0002 Temporary Fencing TOTAL tiny_mce_markerolicitation Number: W912JV-17-Q-0001 Notice Type: Pre-solicitation NAICS Code: 561210 Facilities Support Services PSC Code: W099 Lease or Rental of Miscellaneous Equipment Synopsis: The Oregon Army National Guard (ORARNG) has a requirement to include temporary life support services in support of the Annual Training for the 41 IBCT and subordinate units. Summary of Work: The requirement for this is for the delivery, installation and servicing for the following items: a. Portable Chemical Toilets and Hand Washing stations: Provide Forty-eight (48) outdoor style Portable Chemical toilets and Eight (8) portable hands washing stations to be delivered, set-up, maintained, moved and removed. b. Temporary Fencing- 6000' (ft.) in 12 foot sections 6 foot high for Three (3) separate locations set-up maintained and removed. c. Trailered Generator Light Sets - Ten (10) serviceable trailered generator light sets to be delivered, set-up, maintained, and removed. d. Power Generation- Two (2) 30 KW power generators with distribution boxes to be delivered, set-up, maintained, and removed. e. 40' (ft.) Self-Contained Freezer Trailer- One (1) 40' (ft.) serviceable freezer trailer to be delivered, set-up, and removed. f. 40' (ft.) Self-Contained Refrigerator Trailer- One (1) 40' serviceable refrigerator trailer to be delivered, set-up, and removed. Description of Requirement: This synopsis a Request for Quote following procedures found in FAR part 13.000. This announcement is for information and planning purposes only and is not a commitment by the Government. Planned Announcement: RFQ number W912JV-17-P-0001 will be issued on or about 10 January 2017, but may be issued prior to. Closing response date: approximately 30 days from the date the solicitation is issued. No site visit has been scheduled. If vendor requests to visit the site, a request must be made to CPT Richard Harvey no later than 7 days after solicitation posting. Important Note: The FedBizOpps (FBO) response date listed elsewhere in this synopsis is for FBO archiving purposes only. It has no relationship to the actual solicitation due date and time Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management Registration (SAM). All Offerors must be SAM registered prior to receiving an award. Registration instructions may be obtained and online registration may be accomplished, at www.sam.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Contracting Office Address: USPFO P&C, 1776 Militia Way, Salem OR 97301 Place of Performance: Camp Rilea 33168 Patriot Way, Bldg. 701 Warrenton, Or 97146-9711 Point of Contact: CPT Richard Harvey, Contract Specialist, at (503) 584-3773 or e-mail: richard.a.harvey5.mil@mail.mil ___________________ Contractor will provide 6000' (ft.) of temporary chain link fencing in Two (2) different locations at Camp Rilea. The fencing will be 12 ' (ft.) wide sections 6' (ft.) high. Fencing location One (1) will have Three (3) manned-gate sections and Two (2) vehicle-gate sections for entry and exit. Fencing location Two (2) will have Three (3) manned-gate sections and Two (2) vehicle-gate section for entry and exit. The COR will coordinate with the contractor for placement requirements. 3. CLIN 0003 Towable light sets with power generation TOTAL $ __________________ Contractor will provide Ten (10) light sets with power generation. Light sets will be in a minimum of 2 different locations. Contractor is responsible for fuel and maintenance of equipment. The COR will coordinate with the contractor for placement requirements. Contractor is responsible for relocation of light sets as needed. 4. CLIN 0004 Power Generators TOTAL $ _________________ Provide Two (2) 30 KW generators and distribution boxes to meet supplemental power generation requirements at the simulation center. Contractor will provide generators, distribution boxes, and all required power cables. Contractor is responsible for relocation of power generation as needed. The COR will coordinate with the contractor for placement requirements. 5. CLIN 0005 40' Self-Contained Ice Freezer Trailer TOTAL $ ____________________ Provide One (1), minimum 40 ft., freezer van/trailer Contractor will place the van/trailer at a location as designated by the COR, and will not move until the completion of use. Contractor is responsible for re-fueling, relocating (if required) and servicing of freezer van/trailer. All maintenance and support of the van/trailers are to be provided by the contractor. 6. CLIN 0006 40' Self-Contained Refrigeration Trailer TOTAL $ __________________ Provide One (1), minimum 40 ft., refrigeration vans/trailers for storage of food. Contractor will place the van/trailer at a location as designated by the COR, and will not move until the completion of use. Contractor is responsible for re-fueling, relocating (if required) and servicing of freezer van/trailer. All maintenance and support of the van/trailers are to be provided by the contractor. 7. CLIN 0007 CMRA TOTAL tiny_mce_markerolicitation Number: W912JV-17-Q-0001 Notice Type: Pre-solicitation NAICS Code: 561210 Facilities Support Services PSC Code: W099 Lease or Rental of Miscellaneous Equipment Synopsis: The Oregon Army National Guard (ORARNG) has a requirement to include temporary life support services in support of the Annual Training for the 41 IBCT and subordinate units. Summary of Work: The requirement for this is for the delivery, installation and servicing for the following items: a. Portable Chemical Toilets and Hand Washing stations: Provide Forty-eight (48) outdoor style Portable Chemical toilets and Eight (8) portable hands washing stations to be delivered, set-up, maintained, moved and removed. b. Temporary Fencing- 6000' (ft.) in 12 foot sections 6 foot high for Three (3) separate locations set-up maintained and removed. c. Trailered Generator Light Sets - Ten (10) serviceable trailered generator light sets to be delivered, set-up, maintained, and removed. d. Power Generation- Two (2) 30 KW power generators with distribution boxes to be delivered, set-up, maintained, and removed. e. 40' (ft.) Self-Contained Freezer Trailer- One (1) 40' (ft.) serviceable freezer trailer to be delivered, set-up, and removed. f. 40' (ft.) Self-Contained Refrigerator Trailer- One (1) 40' serviceable refrigerator trailer to be delivered, set-up, and removed. Description of Requirement: This synopsis a Request for Quote following procedures found in FAR part 13.000. This announcement is for information and planning purposes only and is not a commitment by the Government. Planned Announcement: RFQ number W912JV-17-P-0001 will be issued on or about 10 January 2017, but may be issued prior to. Closing response date: approximately 30 days from the date the solicitation is issued. No site visit has been scheduled. If vendor requests to visit the site, a request must be made to CPT Richard Harvey no later than 7 days after solicitation posting. Important Note: The FedBizOpps (FBO) response date listed elsewhere in this synopsis is for FBO archiving purposes only. It has no relationship to the actual solicitation due date and time Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management Registration (SAM). All Offerors must be SAM registered prior to receiving an award. Registration instructions may be obtained and online registration may be accomplished, at www.sam.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Contracting Office Address: USPFO P&C, 1776 Militia Way, Salem OR 97301 Place of Performance: Camp Rilea 33168 Patriot Way, Bldg. 701 Warrenton, Or 97146-9711 Point of Contact: CPT Richard Harvey, Contract Specialist, at (503) 584-3773 or e-mail: richard.a.harvey5.mil@mail.mil ___________________ The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site as described in this associated PWS. The contractor shall complete Contractor Manpower Reporting (CMR) in accordance with the requirements outlined in the PWS. TOTAL CLIN 0001 - 0007 tiny_mce_markerolicitation Number: W912JV-17-Q-0001 Notice Type: Pre-solicitation NAICS Code: 561210 Facilities Support Services PSC Code: W099 Lease or Rental of Miscellaneous Equipment Synopsis: The Oregon Army National Guard (ORARNG) has a requirement to include temporary life support services in support of the Annual Training for the 41 IBCT and subordinate units. Summary of Work: The requirement for this is for the delivery, installation and servicing for the following items: a. Portable Chemical Toilets and Hand Washing stations: Provide Forty-eight (48) outdoor style Portable Chemical toilets and Eight (8) portable hands washing stations to be delivered, set-up, maintained, moved and removed. b. Temporary Fencing- 6000' (ft.) in 12 foot sections 6 foot high for Three (3) separate locations set-up maintained and removed. c. Trailered Generator Light Sets - Ten (10) serviceable trailered generator light sets to be delivered, set-up, maintained, and removed. d. Power Generation- Two (2) 30 KW power generators with distribution boxes to be delivered, set-up, maintained, and removed. e. 40' (ft.) Self-Contained Freezer Trailer- One (1) 40' (ft.) serviceable freezer trailer to be delivered, set-up, and removed. f. 40' (ft.) Self-Contained Refrigerator Trailer- One (1) 40' serviceable refrigerator trailer to be delivered, set-up, and removed. Description of Requirement: This synopsis a Request for Quote following procedures found in FAR part 13.000. This announcement is for information and planning purposes only and is not a commitment by the Government. Planned Announcement: RFQ number W912JV-17-P-0001 will be issued on or about 10 January 2017, but may be issued prior to. Closing response date: approximately 30 days from the date the solicitation is issued. No site visit has been scheduled. If vendor requests to visit the site, a request must be made to CPT Richard Harvey no later than 7 days after solicitation posting. Important Note: The FedBizOpps (FBO) response date listed elsewhere in this synopsis is for FBO archiving purposes only. It has no relationship to the actual solicitation due date and time Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management Registration (SAM). All Offerors must be SAM registered prior to receiving an award. Registration instructions may be obtained and online registration may be accomplished, at www.sam.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Contracting Office Address: USPFO P&C, 1776 Militia Way, Salem OR 97301 Place of Performance: Camp Rilea 33168 Patriot Way, Bldg. 701 Warrenton, Or 97146-9711 Point of Contact: CPT Richard Harvey, Contract Specialist, at (503) 584-3773 or e-mail: richard.a.harvey5.mil@mail.mil _________________________ 3.2 Performance Standard: Deliver, set-up, maintain and tear down equipment and/or remove equipment as needed to support CROR as required in the PWS. 3.2.1. Acceptable Quality Level: 3.2.1. A Commercial Portable Toilets and Hand washing Stations • 48 portable toilets placed at 2 different locations and times • 8 hand washing stations at 2 different locations • Vendor relocates as necessary • Vendor performs servicing as necessary • Vendor provides restocking and filling of supplies as necessary of commercial portable toilets • Vendor provides restocking and filling as necessary of hand washing stations • The Government shall not be responsible for damage to portable toilets or hand washing stations left at CROR after the removal date. Delivery • Usage Dates: 26 March 2017 to 14 April 2017 • Delivery date: 23 - 26 March 2017 • Set-up date: 23 - 26 March2017 • Removal date: 14 April 201 7 • Movement between various locations: Date dependent, a comprehensive location/time list will be provided. 3.2.1. B Temporary Fencing 6000' (ft.) • 12 foot sections • 6 foot high • 2 separate locations • 3 man-gate sections at fencing location 1 • 3 man-gate sections at fencing location 2 • 1 vehicle-gate sections at fencing location 1 • 1 vehicle-gate section at fencing location 2 • Priority of set-up is fencing location 2 followed by fencing location 1 • The Government shall not be responsible for damage to temporary fencing left at CROR after the removal date. Delivery • 6000 feet of temporary fencing • 6 man-gate sections • 3 vehicle gate sections • Usage dates: 26 March 2017 to 14 April 2017 • Delivery date: 23 - 26 March 2017 • Set-up date: 23 - 26 March 2017 • Removal date: 14 April 2017 3.2.1. C Trailered Generator Light Sets • 10 trailered generator light sets for the entry control points • Vendor provides services to move trailered generator light sets as needed • Vendor relocates as necessary • Vendor perfom1s servicing as necessary • Vendor provides refueling as necessary • The Government shall not be responsible for damage to trailered generator light sets left at CROR after the removal date. Delivery • Usage dates: 26 March 2017 to 14 April 201 7 • Delivery date: 23- 26 March 2017 • Set-up date: 23 -26 March 2017 • Removal date: 14 April 2017 3.2.1. D Power Generation • 2 30KW power generators to meet supplement power generation requirements • Required distribution boxes for 2 30KW power generators • Vendor provides services to move 30KW power generators as needed • Vendor relocates as necessary • Vendor performs servicing as necessary • Vendor provides refueling as necessary • The Government shall not be responsible for damage to power generation left at CROR after the removal date. Delivery • 2 30KW power generators and required distribution boxes • Usage dates: 26 March 2017 to 14 April 2017 • Delivery date: 23 - 24 March 2017 • Set-up date: 23 - 24 March 201 7 • Removal date: 14 April 2017 3.2.1. E 40' Self-Contained Ice Freezer Trailer • Set-up near dining facilities • Vendor relocates as necessary • Vendor performs servicing as necessary • Vendor provides refueling as necessary Delivery • 1 40' self-contained ice freezer trailer • Usage dates: 26 March 201 7 to 14 April 2017 • Delivery date: 23- 24 March 2017 • Set-up date: 24 - 24 March 2017 • Removal date: 14 April 2017 3.2.1. F 40' Self-Contained Refrigerator Trailer • Set-up near dining facilities • Vendor relocates as necessary • Vendor performs servicing as necessary • Vendor performs refueling as necessary Delivery • I 40' self-contained refrigerator trailer • Usage dates: 26 March 2017 to 14 April 2017 • Delivery Date: 23 - 24 March 2017 • Set-up date: 23 - 24 March 2017 • Removal date: 14 April 2017 3.3. Deliverables: a. Portable Chemical Toilets and Hand Washing stations: Provide Forty-eight (48) outdoor style Portable Chemical toilets and Eight (8) portable hands washing stations to be delivered, set-up, maintained, moved and removed IAW paragraph 3. 2. 1. A. b. Temporary Fencing- 6000' (ft.) in 12 foot sections 6 foot high for Two (2) separate locations set-up maintained and removed IAW paragraph 3. 2. 1. B. c. Trailered Generator Light Sets - Ten (10) serviceable trailered generator light sets to be delivered, set-up, maintained, and removed IAW paragraph 3. 2. 1. C. d. Power Generation- Two (2) 30 KW power generators with distribution boxes to be delivered, set-up, maintained, and removed IAW paragraph 3. 2. 1. D. e. 40' (ft.) Self-Contained Freezer Trailer- One (1) 40' (ft.) serviceable freezer trailer to be delivered, set-up, and removed IAW paragraph 3. 2. 1. E. f. 40' (ft.) Self-Contained Refrigerator Trailer- One (1) 40' serviceable refrigerator trailer to be delivered, set-up, and removed IAW paragraph 3. 2. 1. F. 3.4. Contracting Manpower Recording Act (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site as described in this associated PWS. The contractor shall complete Contractor Manpower Reporting (CMR) in accordance with the requirements outlined in the PWS. Information regarding CMR, including contractor user guides, can be obtained at the following website: https://cmra.army.mil/help/glossary.html Unit Identification Code (UIC) for the Requiring Activity: W8BAAA Issuing Office DoDAAC: W912JV Provisions and Clauses FAR 52.204-7, Systems for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52. 211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.219-28, Post Award Small Business Representation. FAR 52.222-3 Convict Labor FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.222-55, Minimum Wages Under Executive Order 13658. FAR 52.223-5 Pollution Prevention and Right to Know Information. FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for breach of Contract Claim. FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation. FAR 52.237-7, Indemnification and Medical liability Insurance. FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-225.7001, BAA - Balance of Payments Program. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.246-7000, Material Inspection and Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. 52.212-4 -- Contract Terms and Conditions -- Commercial Items. As prescribed in 12.301(b)(3), insert the following clause: Contract Terms and Conditions -- Commercial Items (May 2015) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or performance of nonconforming services at no increase in contract price. If repair/replacement or performance will not correct the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights -- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C.3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to 41 U.S.C. chapter 71,Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include - (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer- System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment. (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt Payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall- (i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the- (A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment); (B) Affected contract number and delivery order number, if applicable; (C) Affected contract line item or subline item, if applicable; and (D) Contractor point of contact. (ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer. (6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period at fixed by the Secretary until the amount is paid. (ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract. (iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if- (A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2) (iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment. (v) Amounts shall be due at the earliest of the following dates: (A) The date fixed under this contract. (B) The date of the first written demand for payment, including any demand for payment resulting from a default termination. (vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on- (A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor. (vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if this is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments. (9) The specification. (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to: (A) Change the name in the SAM database; (B) Comply with the requirements of Subpart 42.12 of the FAR; (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (iii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.acquisition.gov. (u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End Use License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government. (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or other comparable mechanism (e.g., "click-wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures. (v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract. (End of Clause) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Employee Class Monetary Wage -- Fringe Benefits 23530 - Machinery Maintenance Mechanic $22.99 (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Sep 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Clause) 52.252-6 -- Authorized Deviations in Clauses. (a) The use in this solicitation or contract of any Federal Acquisition Regulation FAR (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) WAGE DETERMINATION WD 15-2441 (Rev.-1) was first posted on www.wdol.gov on 09/06/2016 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2015-2441 Daniel W. Simms Division of | Revision No.: 1 Director Wage Determinations| Date Of Revision: 09/01/2016 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ States: Oregon, Washington Area: Oregon Counties of Clackamas, Clatsop, Columbia, Gilliam, Hood River, Marion, Multnomah, Polk, Sherman, Tillamook, Wasco, Washington, Yamhill Washington Counties of Clark, Cowlitz, Klickitat, Skamania ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE FOOTNOTE RATE 01000 - Administrative Support And Clerical Occupations 01011 - Accounting Clerk I 13.89 01012 - Accounting Clerk II 15.62 01013 - Accounting Clerk III 19.91 01020 - Administrative Assistant 21.67 01035 - Court Reporter 19.88 01051 - Data Entry Operator I 13.02 01052 - Data Entry Operator II 14.28 01060 - Dispatcher, Motor Vehicle 19.88 01070 - Document Preparation Clerk 13.75 01090 - Duplicating Machine Operator 13.75 01111 - General Clerk I 12.67 01112 - General Clerk II 13.82 01113 - General Clerk III 17.33 01120 - Housing Referral Assistant 20.42 01141 - Messenger Courier 14.12 01191 - Order Clerk I 13.02 01192 - Order Clerk II 15.03 01261 - Personnel Assistant (Employment) I 15.71 01262 - Personnel Assistant (Employment) II 19.59 01263 - Personnel Assistant (Employment) III 20.55 01270 - Production Control Clerk 20.55 01290 - Rental Clerk 15.98 01300 - Scheduler, Maintenance 16.38 01311 - Secretary I 16.38 01312 - Secretary II 18.32 01313 - Secretary III 20.42 01320 - Service Order Dispatcher 17.40 01410 - Supply Technician 22.62 01420 - Survey Worker 19.88 01460 - Switchboard Operator/Receptionist 14.41 01531 - Travel Clerk I 13.44 01532 - Travel Clerk II 16.64 01533 - Travel Clerk III 15.76 01611 - Word Processor I 14.12 01612 - Word Processor II 15.86 01613 - Word Processor III 19.59 05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 19.95 05010 - Automotive Electrician 19.85 05040 - Automotive Glass Installer 18.97 05070 - Automotive Worker 18.97 05110 - Mobile Equipment Servicer 17.05 05130 - Motor Equipment Metal Mechanic 19.95 05160 - Motor Equipment Metal Worker 18.97 05190 - Motor Vehicle Mechanic 19.95 05220 - Motor Vehicle Mechanic Helper 16.04 05250 - Motor Vehicle Upholstery Worker 18.04 05280 - Motor Vehicle Wrecker 18.97 05310 - Painter, Automotive 19.85 05340 - Radiator Repair Specialist 18.97 05370 - Tire Repairer 13.76 05400 - Transmission Repair Specialist 19.95 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.61 11060 - Elevator Operator 11.77 11090 - Gardener 15.07 11122 - Housekeeping Aide 12.06 11150 - Janitor 12.06 11210 - Laborer, Grounds Maintenance 11.96 11240 - Maid or Houseman 11.47 11260 - Pruner 10.96 11270 - Tractor Operator 14.58 11330 - Trail Maintenance Worker 11.96 11360 - Window Cleaner 13.16 21000 - Materials Handling And Packing Occupations 21020 - Forklift Operator 14.89 21030 - Material Coordinator 19.68 21040 - Material Expediter 19.68 21050 - Material Handling Laborer 13.22 21071 - Order Filler 13.60 21080 - Production Line Worker (Food Processing) 14.89 21110 - Shipping Packer 14.37 21130 - Shipping/Receiving Clerk 14.37 21140 - Store Worker I 12.70 21150 - Stock Clerk 16.70 21210 - Tools And Parts Attendant 14.89 21410 - Warehouse Specialist 14.89 23000 - Mechanics and Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.81 23021 - Aircraft Mechanic I 24.48 23022 - Aircraft Mechanic II 25.81 23023 - Aircraft Mechanic III 27.13 23040 - Aircraft Mechanic Helper 19.37 23050 - Aircraft, Painter 22.61 23060 - Aircraft Servicer 22.12 23080 - Aircraft Worker 23.27 23110 - Appliance Mechanic 17.48 23120 - Bicycle Repairer 13.76 23125 - Cable Splicer 31.58 23130 - Carpenter, Maintenance 20.28 23140 - Carpet Layer 20.85 23160 - Electrician, Maintenance 29.99 23181 - Electronics Technician Maintenance I 21.48 23182 - Electronics Technician Maintenance II 24.43 23183 - Electronics Technician Maintenance III 25.80 23260 - Fabric Worker 20.54 23290 - Fire Alarm System Mechanic 23.07 23310 - Fire Extinguisher Repairer 19.63 23311 - Fuel Distribution System Mechanic 24.72 23312 - Fuel Distribution System Operator 19.39 23370 - General Maintenance Worker 19.18 23380 - Ground Support Equipment Mechanic 24.48 23381 - Ground Support Equipment Servicer 22.12 23382 - Ground Support Equipment Worker 23.27 23391 - Gunsmith I 19.63 23392 - Gunsmith II 22.34 23393 - Gunsmith III 25.03 23410 - Heating, Ventilation And Air-Conditioning 21.29 Mechanic 23411 - Heating, Ventilation And Air Contditioning 22.45 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 21.84 23440 - Heavy Equipment Operator 23.49 23460 - Instrument Mechanic 27.58 23465 - Laboratory/Shelter Mechanic 23.70 23470 - Laborer 12.87 23510 - Locksmith 18.24 23530 - Machinery Maintenance Mechanic 22.99 23550 - Machinist, Maintenance 25.12 23580 - Maintenance Trades Helper 14.74 23591 - Metrology Technician I 27.58 23592 - Metrology Technician II 29.06 23593 - Metrology Technician III 30.56 23640 - Millwright 28.28 23710 - Office Appliance Repairer 20.53 23760 - Painter, Maintenance 18.24 23790 - Pipefitter, Maintenance 30.95 23810 - Plumber, Maintenance 27.63 23820 - Pneudraulic Systems Mechanic 25.03 23850 - Rigger 24.74 23870 - Scale Mechanic 22.34 23890 - Sheet-Metal Worker, Maintenance 24.40 23910 - Small Engine Mechanic 16.36 23931 - Telecommunications Mechanic I 25.97 23932 - Telecommunications Mechanic II 27.38 23950 - Telephone Lineman 24.08 23960 - Welder, Combination, Maintenance 21.08 23965 - Well Driller 23.01 23970 - Woodcraft Worker 26.15 23980 - Woodworker 14.60 31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 12.68 31030 - Bus Driver 17.89 31043 - Driver Courier 14.29 31260 - Parking and Lot Attendant 10.48 31290 - Shuttle Bus Driver 15.36 31310 - Taxi Driver 11.15 31361 - Truckdriver, Light 15.29 31362 - Truckdriver, Medium 18.77 31363 - Truckdriver, Heavy 20.76 31364 - Truckdriver, Tractor-Trailer 20.76 _____________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class (es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class (es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination. This announcement is the solicitation which will result in a firm fixed-price contract. Please send Quotes to CPT Richard Harvey by email at Richard.a.harvey5.mil@mail.com olicitation Number: W912JV-17-Q-0001 Notice Type: Pre-solicitation NAICS Code: 561210 Facilities Support Services PSC Code: W099 Lease or Rental of Miscellaneous Equipment Synopsis: The Oregon Army National Guard (ORARNG) has a requirement to include temporary life support services in support of the Annual Training for the 41 IBCT and subordinate units. Summary of Work: The requirement for this is for the delivery, installation and servicing for the following items: a. Portable Chemical Toilets and Hand Washing stations: Provide Forty-eight (48) outdoor style Portable Chemical toilets and Eight (8) portable hands washing stations to be delivered, set-up, maintained, moved and removed. b. Temporary Fencing- 6000' (ft.) in 12 foot sections 6 foot high for Three (3) separate locations set-up maintained and removed. c. Trailered Generator Light Sets - Ten (10) serviceable trailered generator light sets to be delivered, set-up, maintained, and removed. d. Power Generation- Two (2) 30 KW power generators with distribution boxes to be delivered, set-up, maintained, and removed. e. 40' (ft.) Self-Contained Freezer Trailer- One (1) 40' (ft.) serviceable freezer trailer to be delivered, set-up, and removed. f. 40' (ft.) Self-Contained Refrigerator Trailer- One (1) 40' serviceable refrigerator trailer to be delivered, set-up, and removed. Description of Requirement: This synopsis a Request for Quote following procedures found in FAR part 13.000. This announcement is for information and planning purposes only and is not a commitment by the Government. Planned Announcement: RFQ number W912JV-17-P-0001 will be issued on or about 10 January 2017, but may be issued prior to. Closing response date: approximately 30 days from the date the solicitation is issued. No site visit has been scheduled. If vendor requests to visit the site, a request must be made to CPT Richard Harvey no later than 7 days after solicitation posting. Important Note: The FedBizOpps (FBO) response date listed elsewhere in this synopsis is for FBO archiving purposes only. It has no relationship to the actual solicitation due date and time Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management Registration (SAM). All Offerors must be SAM registered prior to receiving an award. Registration instructions may be obtained and online registration may be accomplished, at www.sam.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Contracting Office Address: USPFO P&C, 1776 Militia Way, Salem OR 97301 Place of Performance: Camp Rilea 33168 Patriot Way, Bldg. 701 Warrenton, Or 97146-9711 Point of Contact: CPT Richard Harvey, Contract Specialist, at (503) 584-3773 or e-mail: richard.a.harvey5.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-17-Q-2000/listing.html)
 
Place of Performance
Address: Camp Rilea 33168 Patriot Way, Salem, Oregon, 973146, United States
Zip Code: 73146
 
Record
SN04368671-W 20170113/170111234018-dfbd9835e7ab0686650894e9663d86eb (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.