SOLICITATION NOTICE
S -- Portable Toilet rental w/cleaning service
- Notice Date
- 1/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3F3CE6355A100
- Response Due
- 1/15/2007
- Archive Date
- 1/30/2007
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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 are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3CE6355A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15 and through Department of Defense Acquisition Regulation Change Notice 20061219. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 562991; Small Business Size Standard: $6.5 m. (v) CLIN (0001) 1 LS: Contractor to furnish all labor, tools, parts, materials, facilities, transportation and supervision necessary to provide portable toilets on an as needed basis with weekly cleaning service. IAW SOW. (vi) FOB-Destination for delivery to: 366 CES/CERF, 1030 Liberator St, Mountain Home AFB ID 83648-5442. Delivery NLT 20 Jan 2007. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (vii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Refuse Collector WG - 2 $12.39 per hour ; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiii) Numbered Note 1. The proposed contract is 100% set aside for small business concerns. (xiv) Quotes must be emailed to John Hofmann at john.hofmann@mountainhome.af.mil, or faxed to 208-828-2658. Quotes are required to be received no later than 16:00 MST, Monday 15 January. Statement of Work Portable Toilet Rental I Description of Services 1.0 SCOPE OF WORK. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform portable toilet rental and servicing as defined in this statement of work (SOW). 1.1 Rental. The contractor shall provide portable toilets at designated locations and for specific durations for the Civil Engineer Squadron as requested by the Quality Assurance Person (QAP) in the Civil Engineer Squadron. 1.1.1 Unit Type. The contractor shall provide unisex type portable toilets unless otherwise requested for a designated area. Other units requested may include gender specific, or handicap units placed in a location accessible for handicap persons. All units regardless of unit type shall be equipped with hand sanitizers. 1.1.2 Servicing. Each unit is to be serviced on a weekly schedule or unless otherwise directed by the QAP. More frequent service, if needed shall be negotiated separately prior to rental. The weekly schedule shall be given to the QAP at the beginning of each calendar year. The government shall be notified of schedule changes pertaining to delivery and servicing 1 week in advance of the scheduled change. Once serviced the servicing attendant shall initial a log affixed to the unit indicating date of service and initials of servicing attendant. 1.1.3 Delivery. Each unit or units are to be delivered no later than one week from the date of request. Each unit shall be delivered to a location designated by the QAP of the Civil Engineer Squadron. Where possible, units shall be staked down to prevent blow over and wind damage at no additional cost to the government. 1.1.4 Removal. Each unit or units shall be removed not later than one week from the date of the removal request. 1.2 Emergency service. One or more units may be requested to be left at the Base as standby units to be available for emergency use. Standby units will be serviced only at the request of the QAP. The government reserves the right to move any portable toilet for emergency use to another location, or for security purposes. The QAP will notify the contractor when a unit has been moved prior to the next servicing action. The contractor shall not be held liable for un-serviced units if the units were moved without notification. 1.3 Payment. Payment shall be made through use of the Government Purchase Card (credit card). Billing period shall be for a calendar month beginning on the first day of the month and ending on the last day of each month. II SERVICE DELIVERY SUMMARY Performance Objective SOW paragraph Performance Threshhold Rental 1.1 Accurate 98% on all orders Delivery 1.1.3 On time 98 % of all orders Servicing 1.1.2 98% of all units clean on schedule 3.0 Government Furnished Equipment and Services 3.1 Reasonable quantities of water and sewer shall be provided. 4. GENERAL INFORMATION. 4.1. QUALITY CONTROL. Contractor shall develop and maintain a quality program to ensure maintenance and repair services are performed in accordance with standard industry practices. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The contractor must identify a quality control inspector to notify in case of customer complaints. 4.2. QUALITY ASSURANCE. The government will periodically evaluate the contractor?s performance in accordance with the Quality Assurance Surveillance Plan. 4.3. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of Federal Acquisition Rules 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor?s failure to correct nonconforming services. 4.4. HOURS OF OPERATION. Normal business hours are Monday through Friday 8 am to 5 pm. Excluding holidays 4.5. SECURITY REQUIREMENTS. The contractor shall be responsible for safeguarding all government property provided for contractor use. When unoccupied, all government facilities, equipment, and materials shall be secured. The contractor shall establish and implement methods to ensure all keys issued to the contractor by the government are not lost or misplaced and are not used by unauthorized persons. 4.6. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. Services required under this contract will be determined critical or necessary by the contracting officer on a case by case basis. 5. APPENDICES. A. Estimated Workload Data B. Maps and/or Site Plans APPENDIX A ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 Year long units ___15___ Ea. 2 Summer (April 15- Oct 30) ___12___ Ea. 3 Temps ___4____ Ea. 4 Emergency Standby ___2_____ Ea. APPENDIX B MAPS AND/OR SITE PLANS Base map may be made available upon request.
- Place of Performance
- Address: Mountain Home AFB, ID, ,
- Zip Code: 83648-5442
- Country: UNITED STATES
- Zip Code: 83648-5442
- Record
- SN01208641-W 20070112/070110220606 (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 |