SOLICITATION NOTICE
46 -- Glen Jean, WV: Portable Toilets for New River Gorge National River
- Notice Date
- 11/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - NERI New River Gorge National River 104 Main StreetP.O. Box 246 Glen Jean WV 25846
- ZIP Code
- 25846
- Solicitation Number
- Q4780100804
- Archive Date
- 11/12/2010
- Point of Contact
- Derek E Hildebrand Contract Specialist 3044656520 Derek_hildebrand@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
- This is a combined synopsis/solicitation for a commercial items prepared 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is Q4780100804, NER-NERI- New River Gorge National River requires the following: Portable Toilets. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 effective 14 October 2009. The North American Industry Classification System code (NAICS) is 562991 - Septic Tank and Related Services. This is set-aside 100% for small businesses. A firm fixed price contract will be awarded. All interested parties must quote on all items to be considered. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. Wage Determination No.: 2005-2573; Revision No: 9; Date of Revision: 10/05/2009. DELIVERY ADDRESS AND PLACE OF PERFORMANCE: The requirement is to be procured on behalf of: NER-NERI- New River Gorge National River. DESCRIPTION OF REQUIREMENT: 1. Scope. Furnish portable toilets to various sites within New River Gorge National River, Gauley River National Recreation Area and Bluestone National Scenic River and provide all associated supplies and sanitary services. Sites are located in southern West Virginia.2. Required Services Provide units, as indicated, to all locations listed in the schedule as shown herein. As a minimum, all units shall - -Arrive, and be maintained in a clean and serviceable condition. -Doors must swing and close properly and securely and possess an interior mounted latching or locking mechanism. -Color: units shall be green, brown, or blue,-Include a wall mounted urinal and a bench style toilet with seat and cover. Contain a multi-roll (4- roll), lockable, toilet paper dispenser which shall be filled on every service visit. -Provide separate and sufficient ventilation to both the unit and the waste reservoir.-Contain a waste reservoir with a minimum capacity of 70 gallons. -Units shall be serviced between the hours of 6:00 a.m. and 4:00 p.m.The pumping/cleaning of units shall be accomplished in accordance with the schedule of locations. The number of units vary month to month based upon visitor usage. *Contact Derek Hildebrand via email, derek_hildebrand@nps.gov, to obtain the complete detailed schedule of locations. This schedule must be completed as part of your quote repsonse. Period of Performance: 12/01/2009 - 09/30/2010 (base period) and 10/01/2010 - 09/30/2011 (option period)PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items ; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: 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 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, Service Contract Act; FAR 52.252-2, Clauses Incorporated by Reference. Your quote must list monthly fixed prices per the schedule of locations, your DUNS number, with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Quotes are due on Nov 23, 2009 by 3:00 PM EST. Submit quotes or any questions to Derek Hildebrand, Contracting Officer, by email at derek_hildebrand@nps.gov. Telephone calls pertaining to the RFQ will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4780100804/listing.html)
- Place of Performance
- Address: Southern WV - various trailheads, day use areas within the park
- Zip Code: 25846
- Zip Code: 25846
- Record
- SN02002802-W 20091114/091112235439-c72d6f9009aff9f3f15e50c3986dcd61 (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 |