SOLICITATION NOTICE
Z -- Vault and Port-a-John Cleaning Staten Island, NY
- Notice Date
- 8/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- Q17730900A2
- Response Due
- 9/8/2009
- Archive Date
- 8/24/2010
- Point of Contact
- Adam Goldstein Contract Specialist 7183544618 Adam_goldstein@contractor.nps.gov;
- E-Mail Address
-
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
- (i)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.(ii)This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. (iii)This solicitation is a total small business set-aside, NAICS 562991, with a small business size standard of $7,000,000.00. This RFQ is set-aside 100% for small business concerns. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv)The Government intends to issue a firm-fixed price contract to the responsible offeror who presents the lowest-priced technically acceptable quotation. The National Park Service, Gateway National Recreational Area, requires a contractor to clean portable toilets and vault toilets at three parks located throughout Staten Island, NY-see the statement of work. (v)SCHEDULE of SUBMISSIONS: One (1) invoice may be submitted per month. Please see the bid schedule, below. (vi)SCHEDULE: The period of performance is 1 October 2009 through 30 September 2010. There shall be four (4) 1-year option periods. (vii)LOCATION: In accordance with Statement of Work. (viii)The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A written notice of award or acceptance of a quotation mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding purchase order without further action by either party. Before the offer's specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Price will be evaluated inclusive of all option periods. A technically acceptable quotation is one that represents at least five (5) years experience performing the same or similar work. That experience must have been in the past seven (7) years. (ix)DOCUMENTS TO BE INCLUDED IN QUOTE: Interested vendors must submit a price quotation and a technical quotation. The price quotation must include all option periods. The technical quotation must not exceed five (5) single-spaced pages and must demonstrate that the vendor meets the technical acceptability criterion stated above. The price quotation must propose a monthly firm-fixed-price. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed on-line at www://orca.bpn.gov. (x)FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 8(i), 12, 18, 19, 21, 22, 23, 24, 25, 26, and 27 FAR 52.213-18, Subject to Availability of Funds, is applicable to this RFQ and the resulting purchase order. (xi)The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov and https://orca.bpn.gov/. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. (xii)Quotations must be submitted to: Adam GoldsteinContracting OfficeNational Park Service/gateway National Recreational Area210 New York AvenueStaten Island, NY 10305 Packages must clearly state the RFQ # in order to help ensure proper processing. Please note that the procedures for late quotations, as specified in FAR 52.212-2, as incorporated above, are applicable to this RFQ. Quotations smust be received no later tna 02:00pm ET on 8 Sep 2009. Statement of WorkPort-a-John Service:The contractor is responsible for pumping out all waste, replenishing the tank with disinfectant and refilling the toilet paper. This will be performed at 10 Park owned units (port-a-johns), will occur on Monday, Wednesday and Friday for the period covering October 1, 2009 through September 30, 2010.Vault Toilet Service:The contractor is responsible for pumping out all waste, replenishing the tank with disinfectant and refilling the toilet paper. This will be performed at 4 Vault toilets at Miller Field and Great Kills (Please see break down below). This will be performed 6 times per year (Oct - Sep). After pumping the waste from the vault toilets the contractor will treat the tank with CCL live bacteria culture.Anytime a scheduled service day falls on a federal holiday, in the contractor shall perform the service on the next business day. Port-a-Johns and Vault Toilets are located at the following sites1.Great Kills Park: Has 5 units, 2 single vault toilets with 1000 gal capacity, and 1 double vault unit which has a 2000 gal capacity. Total vaults are 3.2.Miller Field: Has 3 units, and 1 double vault unit with a capacity of 2000 gallon capacity.3.Fort Wadsworth: Has 2 units, no vault toilets. All parks are located in Staten Island, NY. BID SCHEDULE CLIN 0001Period of Performance: 01 Oct 2009-30 Sep 2010Unit of Issue: Per MonthUnit Price:Total Price: CLIN 1001Period of Performance: 01 Oct 2010-30 Sep 2011Unit of Issue: Per MonthUnit Price:Total Price: CLIN 2001Period of Performance: 01 Oct 2011-30 Sep 2012Unit of Issue: Per MonthUnit Price:Total Price: CLIN 3001Period of Performance: 01 Oct 2012-30 Sep 2013Unit of Issue: Per MonthUnit Price:Total Price: CLIN 4001Period of Performance: 01 Oct 2013-30 Sep 2014Unit of Issue: Per MonthUnit Price:Total Price:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q17730900A2/listing.html)
- Place of Performance
- Address: See statement of work
- Zip Code: 10305
- Zip Code: 10305
- Record
- SN01924497-W 20090826/090825003125-13e845fe33282fc50e71800359bb75f1 (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 |