SOLICITATION NOTICE
V -- Transportation of Water to Haleakala National Park Visitor center, Maui, Hawaii
- Notice Date
- 3/19/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- PWR - HAVO Hawaii Volcanoes NP National Park Service 1 Crater Rim Drive P.O. Box 52 Hawaii National Park HI 96718
- ZIP Code
- 96718
- Solicitation Number
- Q8294080001
- Response Due
- 4/7/2008
- Archive Date
- 3/19/2009
- Point of Contact
- Ellen Cullen Contract Specialist 8089856007 ellen_cullen@nps.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q8294080001 and is issued as a Request for Quotation (RFQ). This is a service contract and service contract wage rates apply. Wage determinations under the Service Contract act can be downloaded from the following website: www.wdol.gov. Wage Determination No.: 2005-2153, revision No.:7, Date of Revision 09/26/2007. This Service Contract period shall be for twelve (12) months. This solicitation document and incorporated provisions and clauses are in effect through FAC 2005-23. The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition. The provision at 52.212-3, Offeror Reps and Certs - Commercial Items, applies to this acquisition. The provision at 52.212-4, Contract Terms and Conditions for Commercial Items, applies to this acquisition. FAR Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.223-5 Pollution Prevention & Right to know; FAR 52.225-13 Restriction on Certain foreign Purchases; FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-4 Payments Under Transportation Contracts and Transportation-Related Services Contracts; 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 52.216-22 Indefinite Quantity; FAR 52.216-18 Ordering; FAR 52.216-19, Order Limitations. FAR 52.215-5 - FACSIMILE Proposal WILL BE accepted at fax #808-985-6107. It is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes. FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service contract Act of 1965, as amended, 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. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Labor Category: Grade: Rate: 36364 Truck Driver, Tractor Trailer WG-8 $23.13 The full text of these clauses may be accessed electronically at this address: http://www.acqnet.gov/far This solicitation is set aside for Small Business Concerns and the North American Industry Classification Systems (NAICS) code is 484220. The Size Standard is $23.5 million. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations with their offer, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (a) 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 price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Past Performance - a) Timeliness of Performance b) Quality of work Contractor shall provide a minimum of three references with name of company, point of contact, and phone number for past performance. Award will be made to the offeror whose quote represents the best value to the Government, price and past performance combined. DESCRIPTION OF REQUIREMENTS 1. GENERAL. The National Park Service (NPS), Haleakala National Park (HALE) has a requirement for water delivery to Haleakala Visitor Center (HVC) restroom facilities located at the 9,700 ft. elevation. This service involves furnishing all labor, materials, and equipment necessary for the supply and delivery of potable or non-potable water to the designated location. The performance period shall be approximately April 15, 2008 and ending April 14, 2009. Orders will be placed by designated ordering official(s) on an as needed basis. 2. BACKGROUND. Restroom facilities adjacent to the visitor center at the 9,700 foot elevation of Haleakala National Park are presently serviced by water stored in underground storage tanks. During periods of extended dry weather there is insufficient rain water to supply the facilities; therefore, it is necessary to haul water from the nearest County water depot and delivered to the 9,700 elevation for emptying into the Park's underground storage tanks. 3. WORK TO BE PERFORMED BY CONTRACTOR. a) Scope of Work The contractor shall furnish all labor, materials, equipment to transport water to Haleakala National Park. Water Tanker must be equipped with a minimum tanker capacity of 5,000 gallons. Contractor shall haul potable or non-potable water from the nearest County water depot, approximate distance of 38 miles roundtrip and transport to Haleakala's 9,700 feet elevation for replenishing the Park's underground storage water tanks. Water must be free of debris, sludge, plant, and /or particulate matter to avoid clogging of plumbing fixtures, noxious odors, and unsightly color. Additionally, depending on supply, Haleakala's main water storage and distribution system located at the 7,000 ft. elevation may at times be made available for contractor's use to fill their tanker and haul the water to the 9,700 ft. elevation. Contractor will adjust rate to compensate for the shorter trip. Determination to use the main water storage system will be made on a case by case basis by the Park Maintenance Supervisor. b) Schedule of Deliveries: Deliveries shall be made on weekdays between the hours of 7:00AM - 4:00PM, unless prior arrangements are made with the ordering official for weekend deliveries. Each order request may require up to 20,000 gallons per day. Request for water delivery will be on an as-needed basis with the designated ordering official placing the order with the contractor. The Contractor shall respond to the request within 5 business days, unless severe weather conditions cause a delay. Signed delivery tickets must be turned in daily to the Park's ordering official. Any delays or delivery questions are to be directed to the Park's contact person, Peter Kafka at (808) 572-4421. c). Ordering Officials: Peter Kafka (808) 572-4411 or Mark Rentz (808) 572-4420. No orders shall be accepted directly from any other personnel at the park location. 4. PRE-BID SITE VISIT: It is recommended that bidders visit the site locations and familiarize themselves with the locations prior to submitting their bids. Site visits shall be coordinated with Peter Kafka, (808) 572-4421. 5. LEGAL OBLIGATIONS: The contractor shall be responsible for the observance of law ordinances, statutes and regulations pertaining to the transporting of water. Contractor shall obtain and pay for any license and all fees associated with the contracted services. 6. PARK'S RULES AND REGULATIONS: The Contractor shall conduct the work in conformance with such appropriate park regulations as the Superintendent may prescribe, and shall also conduct the operation as to not interfere with or endanger the ordinary use of structures, roads, utilities, and other National Park Service facilities. Equipment operations and materials shall be confined to the limits defined by the National Park Service. Special attention shall be given to the protection of facilities and vegetation adjacent to the work areas. 7. 1452.228-70 LIABILITY INSURANCE - DEPARTMENT of the INTERIOR (JUL 1996) (a) The Contractor shall procure and maintain during the duration of this contract liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less that as follows: $20,000 each person $500,000 each occurrence $200,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 8. INVOICES: Contractor shall submit monthly invoices to: Hawaii Volcanoes National Park Attn: Contracting Office P.O. Box 52 Hawaii National Park, HI 96718
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2862760)
- Place of Performance
- Address: Haleakala National Park P.O. Box 369 Makawao, Maui, Hawaii
- Zip Code: 96768
- Country: US
- Zip Code: 96768
- Record
- SN01536585-W 20080321/080319231008 (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 |