Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2008 FBO #2368
SOLICITATION NOTICE

W -- THIS IS A REPOSTING OF THE ORIGINAL SOLICITATION. THIS SOLICITATION WAS ORIGINALLY POSTED ON 5 MAY 2008 WITH A RESPONSE DATE OF 19 MAY 2008. THE NEW CLOSING DATE IS 22 MAY 2008, 5PM MOUNTAIN STANDARD TIME (MST).

Notice Date
5/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZPARTSWASHING
 
Response Due
5/22/2008
 
Point of Contact
Tyrone Wescott, 524-3397
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REPOSTING OF THE ORIGINAL SOLICITATION. THIS SOLICITATION WAS ORIGINALLY POSTED ON 5 MAY 2008 WITH A RESPONSE DATE OF 19 MAY 2008. THE NEW CLOSING DATE IS 22 MAY 2008, 5PM MOUNTAIN STANDARD TIME (MST). PRODUCT MUST BE A MATERIAL THAT HAS A CONTINOUS USE WHEN TRANSPORTED FROM FORT CARSON OTHER THAN DISPOSAL. 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. The document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-24. The associated North American Industrail Classification System (NAICS) Code for this procurement is 532490 with a business size standard of $6.5M. This requirement is unrestricted and all qualified offerors may submit a quote. A site visit will be scheduled for 13 May 2008. All questions must be submitted in writing by Close of business 15 May 2008. Response will be issued by an amendment to the solicitation. Phone calls will not be acceptede. The solicitation closes on 19 May 2008, 5PM Mountain Standard Time (MST). An award will be made on the basis of Price, Past Performance, The ability tp provide a zero waste solution and meeting the requirements of the Performance Work Statement (PWS). PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http:://farsite.hill.af.mil. 52.212-1 )Instructions to Offerors-Commercial Items), 52-212-2 (Evaluation Commericial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2(Service of Protest); Clause: 52.204-7 (Central Contractor Registration), 52.233-3 (Protest after award), 52.233-4 (Applicable Law for Breach of COntract Claim), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.222-3 ( Convict Laboe), 52.222-19 (Child Labor), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disable Veterans), 52.222-36 ( Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disable Veterans), 52.222-50 (Combat Trafficking), 52.232-33(Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.252-2 (Clause Incorporated by Reference), 252.212-7001 (Dev), Contract Terms and Conditions Required TO Implement Statues Applicable to Defense Acqisition of Commercial Items, with the clauses 52.203-3, Enterprises, and Native Hawaiian Small Business Concerns (Apr 2007) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts), 252.232-7003 (Electronic Submission of Payment Requests), 252.212-7001. These producets must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA). 52.525-1, Solicitation Provisions Incorporated by Reference. 52.204-8, Annual Representation and Certification (Interested parties are required to input their Representations and Certifications into the online representation and certification application (ORCA) database which is located at the following internet address: http://www.ccr,gov. 252.225-7001, Buy American Act and Balance of Payments Programs. 252.225-7006, Buy American Act-Free Trade Agreement- Balance of Payments Programs Alt I. 252.232-7003, Electronic Submission of Payment Requests. 52.217-8, Option to Extend Service. 52.217-9, Option to Extend the Terms of the Contract. 52.246-4, Inspection of Services - Fixed Price. 52.228-7, Insurance - Liability to Third Person. 252..223-7001, Hazard Warning Labels, Wage Determination based on preaviling rates. Directorate of Contracting Intends to award a Indefinite Delivery Indefinite Quantity (IDIQ) contract with a Base year plus 3 option years. Selected Vendor shall submit a Quality Assurance Surveillance Plan (QASP) within 30 Days after award of a contract for approval. Forward a copy of your Quality Assurance Surveillance Plan (QAASP) to: tyrone.wescott@us.army.mil PERFORMANCE WORK STATEMENT: 1. Service Requirements: The Contractor shall provide all parts washers, servicing and maintenance of provided parts washers, and solvent recycling services as required to Fort Carson. As a Sustainable Installation, and in order to meet the requirements of Executive Order 13423 Strengthening Federal Environmental, Energy, and Transportation Management dated 26 Jan 2007, all used solvent and other byproduct resulting from these services shall be managed as a material and either reclaimed, recycled or reused by the contractor resulting in Zero Waste generated, at no additional cost to the government. (a) The following is a list of parts washer specifications required to meet the needs of this contract: Item 1: A small, bench top parts washer, with roll-around cart, that can be placed on a countertop or rolled around on its cart. The solvent in the reservoir below the parts washing sink must pass through a particulate filter and then a 'flow-through' style brush so that all parts may be manually cleaned using the brush. The solvent drains in the sink, back to the reservoir. The sinks dimensions shall be approximately 30 W X 15 D, with a depth of not less than 7 inches. Item 2: A sink-on-a-drum parts washer with a fusible link cover, flexible metal spigot and lamp. The sinks dimensions shall be approximately 36 W X 26 D, with a depth of not less than 8 inches. Item 3: A vat-style parts washer featuring a fusible link safety lid, flexible metal spigot and lamp. The sinks dimensions shall be approximately 33 W X 24 D, with a depth of not less than 11 inches. Item 4: An agitating parts washer for large parts with a platform that lowers for soaking and agitating the soiled parts to enhance cleaning. The agitation speed must be is adjustable by the operator depending on the automated cleaning speed required. This equipment shall also have a pump and flow-through brush for manual cleaning on the internal tray. The vats dimensions shall be approximately 52 W X 36 D, with a depth of not less than 14 inches. (b) For part washer installation quantities, delivery and setup locations and required services frequencies see attachment 1 (c) The parts washer solvent shall be a PD-680 Type II solvent or equivalent (d) 100% of the used solvent, sludge and other byproducts resulting from these services shall be managed as a material and be reclaimed, recycled or reused by the contractor at no additional cost to the government (e) Maintenance of the parts washers shall include the inspection, cleaning and repair or replacement of all unsafe, damaged or inoperable machines or components at no additional cost to the government. However, (f) If the contractor feels the machine has been rendered inoperable due to neglect or abuse, or that the used solvent may have been contaminated through user neglect rendering it non-recyclable they need to contract the COR immediately to resolve the issue. (g) No government facilities or equipment shall be available for contractor use for the performance of these services (h) The contractor shall provide a copy of Material Safety Dated Sheets MSDS to the Contracting Officer Representative COR fort he official contract file, and to the user for each machine put into service 2. Personnel. (a) Contractor shall fulfill the management and technical requirements of this contract with no supervision from the Government. (b) This is a non-personal services contract and all personnel performing under this contract shall remain employees of the contractor and not employees of the Government. All such persons shall be under the control and supervision of the contractor at all times. The contractor shall provide sufficient personnel who meet all requirements in contract who can perform in strict accordance with the contract. 3 Qualifications: The following criteria must be met. (a) Contractor and their facility must meet all Federal, State and Local laws for the handling of Hazardous Materials. (b) Manage Fort Carsons used solvents under a reclamation, recycle or reuse program where all used solvents are continuously used for their originally intended purpose i.e., cleaning without processing (c) Possess all Federal, State and Local transportation licenses and endorsements for transport of Hazardous Materials. (d) Have minimum of six months experience managing hazardous materials in a permitted facility. (e) Be ISO 14001 certified. 4. Post Security/Control General. (a) Employee Identification. Contract personnel shall wear contractor issued identification at all times while working on Fort Carson. Identification may be a contractor badge, logod shirt or any other commercially acceptable means of visible identification (b) Gate Control. The Fort Carson military installation is a limited access post with controlled gate openings and closures. Gate operating times and procedures are published by the Provost Marshal Operations Division. Unscheduled gate closures by the Military Police may occur at any time, and all personnel entering or exiting the installation may experience a delay in doing so due to vehicle inspections, registrations, seat belt use verification, etc. No price adjustments will be made for any delays resulting from gate closures or controls. (c) Contractor Operated Vehicles. Contractor vehicles shall enter through Contractor Gate #3 unless otherwise directed by installation policy. Contractor vehicles shall be clearly marked on both sides, possess all required registration and insurance in accordance with local laws. 5. Performance period. Performance period shall be: Baes Period June 1, 2008 May 31, 2009. Option Period One, 1 June 2009 - 31 May 2010, Option Period Two, 1 June 2010 - 31 May 2011, Option Period Three, 1 June 2011 - 31 May 2012. 6. Contractor Manpower Reporting CMR: The Office of the Assistant Secretary of the Army Manpower & Reserve Affairs operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower including subcontractor manpower required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours including sub-contractors; (6) Estimated direct labor dollars paid this reporting period including sub-contractors; (7) Total payments including sub-contractors; (8) Predominant Federal Service Code FSC reflecting services provided by contractor and separate predominant FSC for each sub-contractor if different; (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code UIC for the Army Requiring Activity the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period by country. As part of its submission, the contractor will also provide the estimated total cost if any incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 7. Contractor can access Fort Carson thru Gate #1, Taking Academy Blvd West then Exit on to Highway 115 South. 8. POC for this solicitation: Name: Tyrone Wescott; Title: Contract Specialist, Phone : 719 524-3397, email: tyrone wescott@us.army.mil. 9. Site Visit: All interested vendors shall meet at the Contracting Office Fort Carson, Building 1220, 3rd Floor, 13 May 2008, 0930AM MST. All interedted parties MST contact Tyrone Wescott at tyrone.wescott@us.army.mil prior to 13 May 2008. 10. All vendors MUST submit the Labor Category for each position they intend to fill under this solicitation. 11. Electronic Submission of Payment Request WAWF: inaccordance with section I, Department of Defense Far Supplement Clause 252.232-7003 Electronic Submission of Payments Request dated Mar 2003, Paragraph (c) identifies the following: (c) The Contractor may submit a payment request and receiveing report using other trhan WAWF only when- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, The contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specified when the contractor will transfer to WAWF. (2) DoD is usable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy og the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using DoD-approved electronic thira party payment system or other exempted vendor payment/invoicing system e.g., Power Track, Transportation Financial management System, and Cargo and Billing System. DOCUMENT TYPE DESCRIPTION PAGES DATE Parts Washer Installation Locations and Services Frequencies: 13 = 1 service every 4 weeks, 7 = 1 service every 8 weeks CLINMODELBLDGUNIT NAMESVC Item 18000DOL13 Item 18000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 28000DOL13 Item 38000DOL13 Item 38000DOL13 Item 38000DOL13 Item 38000DOL13 Item 38000DOL13 Item 38000DOL13 Item 48000DOL13 Item 48000DOL13 Item 280303/3 ACR7 Item 280303/3 ACR7 Item 280303/3 ACR7 Item 280303/3 ACR7 Item 2803052nd ENG7 Item 2803052nd ENG7 Item 2803052nd ENG7 Item 2803064th FSB7 Item 2803064th FSB7 Item 2803064th FSB7 Item 28930ECS 42 USAR7 Item 29277SEABEES7 Item 29550DPTM RANGE7 Item 29550DPTM RANGE7 ANSWERS to QUESTION Submitted: 1. Zero Waste Solution: as referred on page 2 and elaborated in 1. Service Requirements. We assume this refers to there being zero waste left to the government for disposal. We assume that if the successful bidder removes all waste at zero cost to the government, that is a 'Zero Waste Solution'? Answer: There is to be no waste generated and therefore no waste required to be removed at anyone's expense. 2. Service Requirements, Item 4, Section (g): No Government facilities.... We assume minimal space on post would be available for accumulation of disposable filters for a mutually agreeable time, pending pickup by an authorized, licensed waste hauler. Answer: Section 1, paragraph (g) states No government facilities or equipment shall be available for contractor use for the performance of these services. Also refer them to my answer to question 1 addressing the Zero Waste issue. If they meet this requirement there will be no waste filters to dispose of by an authorized, licensed waste hauler. Additionally Section 1, paragraph (d) requires 100% of the used solvent, sludge and other byproducts resulting from these services shall be managed as a material and be reclaimed, recycled or reused by the contractor at no additional cost to the government. 3. Is the term Service general to include all services necessary to maintain cleaning efficiency, and NOT defined strictly as fluid exchange? Services unique to our program would be detailed in the bid submitted by our company. Answer: Yes, the term Service is generalized. With exception to the Zero Waste requirement. Yes, Contractors are expected to provide all services necessary to maintain cleaning efficiency of the solvent, and operability of the equipment provided. 4. Is height adjustability a requirement on Item 1 A small bench top parts washer, with roll-around cart? Answer: Yes. The combined height of the parts washer and the cart should range from 26 Inches or less at sink level when collapsed to 56 Inches or more to the top of the open lid when fully raised. 5. May State Government Solutions email our formal bid to you on Monday, May 19th or is there another preferred method? Answer: Yes, interested parties may email bid by 22 May 2008, 5PM Mountain Standard Time (MST).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=94fb81f1ddc8fa98bada2d8beda71d01&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01576048-W 20080521/080519221849-94fb81f1ddc8fa98bada2d8beda71d01 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.