SOLICITATION NOTICE
46 -- Septic and Outhouses Pumping for the Kenai National Wildlife Refuge
- Notice Date
- 1/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Contracting and General Services 1011 East Tudor RoadMail Stop 171 Anchorage AK 99503
- ZIP Code
- 99503
- Solicitation Number
- 70181AQ032
- Response Due
- 1/27/2010
- Archive Date
- 1/6/2011
- Point of Contact
- Margie Rhodes Contract Specialist 9077863413 Margie_Rhodes@FWS.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 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; quotes are being requested and a separate written solicitation will not be issued. The solicitation number for this request is 70181-A-Q032 and is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 05-38) and Federal Acquisition Regulation (FAR). This procurement is a small business set-aside. The applicable NAICS classification code is 562991 with size standard of $7M and PSC code is S222. SPECIFICATIONSThe U.S. Fish and Wildlife Service is requesting quotes for septic pumping at 33665 Keystone Drive off of East Redoubt in Soldotna, Alaska. Pumping will be on a regular schedule of every 2 weeks. The Contractor will furnish septic pumping services, which includes all equipment, supervision, transportation, labor, operating supplies, and incidentals necessary to pump, clean up, and dispose of all waste products removed from the septic tank. Salient Characteristics:Outhouses:Furnish when called, within 24 hours or less, toilet pumping services which includes all equipment, supervision, transportation, labor, operating supplies, and incidentals necessary to pump and remove, clean up, disinfect, and dispose of all waste products removed from the toilets. Pumping includes sewage, liquid, semi-liquid, and solid waste matter. This includes removal of any other refuse found in vault toilets regardless of the method of removal. Thoroughly clean and disinfect all contaminated areas resulting from pumping around the pump-out cover. Sweep or wash all waste that is deposited on the concrete surrounding the pump-out cover back into the vault. When pumping through the toilet riser when there is no outside pump-out, debris should not be removed or pumped through the toilet riser without removing the riser. Extra care shall be taken to prevent waste spillage onto the floor and wall surface while pumping, in order to prevent the toilet paper from becoming contaminated or otherwise unusable. Sweep or wash all of the spilled waste back into the vault. The contractor shall not allow the spilled waste to be washed or swept out through the door because the waste will collect at the edge of the concrete and the dirt or gravel and will become a possible health risk and an odor problem. In the event spillage occurs, the affected floor and wall surfaces will be washed and disinfected. The inside and outside of the toilet riser, the seat, and the cover shall also be washed and disinfected before replacing the riser, if the riser was removed for pumping. The door handles or knobs shall also be disinfected if they were used in the course of pumping. The contractor is responsible to prevent spillage and to be properly licensed. Kenai NWR will provide a map and listing of outhouses. Please privde a quote for two scenarios: 1) with use of the dump station and 2) without use of the dump station. If the use of the Skilak Dump station is selected the contractor will only dump liquid/semi-solid and solid wastes which were removed from Kenai NWR outhouses. No other dumping is allowed at this site under any circumstances. If the use of the Skilak Dump station is not selected the contractor is responsible for transport, dumping, and any other costs associated for dumping at a fully permitted site, licensed, and approved by Alaska Department of Environmental Conservation and meeting all borough, state, and federal regulations. LINE ITEMSPlease provide a detailed price schedule for the following items: Line Item 001 Pumping services at 33665 Keystone Drive, Every Two Weeks $_______________ per Pump Out Line Item 002 Outhouse pumping services which include the use of the dump station on Skilak Lake Loop Road.SEE BELOW LIST TOTAL $_______________ per Month Line Item 003 Outhouse pumping services which do not include the use of the dump station on Skilak Lake Loop Road. SEE BELOW LIST TOTAL $_________________ per Month Vault Capacity Total # Total Cost Total Cost ofMap # in Gallons of Vaults of Ourhouse Outhouse w/o Area Name in Outhouse Using Skilak Use of Skilak Dump Station Dump Station __________________________________________________________________________________________T1Tustumena Lake 1,000 2 $_________ $_________ DV1Dolly Varden Lake 1,000 2 $_________ $_________R1Rainbow Lake 1,000 2 $_________ $_________SR1Swanson River Landing 1,000 2 $_________ $_________OEC1Outdoor Education Center 750 2 $_________ $_________FL1Fish Lake 300 3 $_________ $_________SL1Canoe Lake 500 1 $_________ $_________SL2Portage Lake 500 1 $_________ $_________SR2Paddle Lake 1,000 1 $_________ $_________W1Watson Lake 1,000 2 $_________ $_________P1Peterson Lake 1,000 2 $_________ $_________K1Kelly Lake 1,000 2 $_________ $_________LS1Lower Skilak Lake Campground 1,000 2 $_________ $_________LS2Lower Skilak Lake Main Boat Launch 1,000 2 $_________ $_________DS1Skilak Loop Dump Station 1,000 2 $_________ $_________E1Engineer Lake 1,000 2 $_________ $_________O1Lower Ohmer Lake 1,000 1 $_________ $_________US1Upper Skilak Lake Campground "A" Loop 1,000 2 $_________ $_________US2Upper Skilak Lake Boat Launch/Day Use 1,000 4 $_________ $_________US3Upper Skilak Lake Tent Loop 1,000 2 $_________ $_________HL1Hidden Lake Campground - Skyview Loop After Site #6 750 2 $_________ $_________HL2Hidden Lake Campground - Skyview Loop Across from Site #12 750 2 $_________ $_________HL3Hidden Lake Campground - Ridge Loop 750 2 $_________ $_________HL4Hidden Lake Campground - Boat Launch/Day Use 4 Hole 750 4 $_________ $_________HL5Hidden Lake Campground - Lake Loop 750 2 $_________ $_________HL6Hidden Lake Dump Station 3,000 0 $_________ $_________JL1Jean Lake 300 1 $_________ $_________UK1Upper Kenai River Trailhead 1,000 2 $_________ $_________J1Jim's Landing 1,000 2 $_________ $_________V1Visitor Contact Station - East Side 1,000 2 $_________ $_________V2Visitor Contact Station - West Side 1,000 2 $_________ $_________M1Merganser lake 300 1 $_________ $_________K2#1 Parking Lot, Keystone Drive 1,000 2 $_________ $_________K3#2 Parking Lot, Keystone Drive 1,000 2 $_________ $_________K4#3 Parking Lot, Keystone Dr, End of Road 1,000 2 $_________ $_________Sportsman's - Russian River Ferry 1,000 2 $_________ $_________ DELIVERY: Pumping will be on a regular schedule of every 2 weeks. CLAUSES AND PROVISIONS:The following FAR provisions apply to this acquisition:52.212-01, Instructions to Offerors-Commercial52.212-02, Evaluation-Commercial Items. The specific criteria to be used for evaluation, listed in declining importance, shall be as follows:1) Best value to the Government2) Any warranties and price discounts3) PriceAll other evaluation factors other than price, when combined, are significantly less important than price. 52.212-03, Offeror Representations and Certifications-Commercial Items52.212-04, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.219-06, 52.219-28, 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-1; 52.225-3; 52.225-13; 52.232-33, 52.212-5, 52.222-41, 52.222-42, 52.222-43, 52-223-5 1452.215-71, 1452.233-2 POINT OF CONTACT:This combined synopsis/solicitation is a request for competitive quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Margie Rhodes, Contracting Specialist, US Fish and Wildlife Service (907) 786-3413 phone, (907) 786-3923 fax, email: Margie_Rhodes@fws.gov PROPOSAL SUBMISSION:Quotes must be received at the following address, via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is January 27, 2010 at 10:00am: US Fish and Wildlife ServiceContracting and General Services1011 East Tudor Rd, MS 171Anchorage, AK 99503Ph: (907) 786-3413Fax: (907) 786-3923
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/70181AQ032/listing.html)
- Place of Performance
- Address: Soldotna, Alaska
- Zip Code: 99669
- Zip Code: 99669
- Record
- SN02036364-W 20100108/100107000433-37d24bb50f5fdc37f482901be4630ffb (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 |