SOLICITATION NOTICE
W -- of Work. The contractor shall provide all labor, material, equipment, tools, supervision and transportation, necessary to provide for the rental.
- Notice Date
- 3/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124710T0053
- Response Due
- 3/12/2010
- Archive Date
- 5/11/2010
- Point of Contact
- Wendy McNorial, 910-643-7224
- E-Mail Address
-
Fort Bragg Contracting Center
(wendy.d.mcnorial@us.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. STATEMENT OF WORK C.1. GENERAL. C.1.1. Scope of Work. The contractor shall provide all labor, material, equipment, tools, supervision and transportation, necessary to provide for the rental, maintenance and sanitary servicing (cleaning) of 58Portable Latrines and 25 Hand Wash Stations to Camp Mackall location which is approximately 50 miles from Fort Bragg, North Carolina. Contractor shall perform these requirements in accordance with all applicable guidance, specifications, and local, state and federal laws and regulations provided herein or incorporated by reference. C.1.2 PERSONNEL C.1.2.1 Contractor shall wear distinctive clothing bearing the companys name and the employees name clearly displayed at all times when working on Fort Bragg. C.1.2.2 The contractor shall not employ any person who is an employee of the U.S. Government, if the employment of that person would create a conflict of interest, nor shall the Contractor employ any person who is an employee of the Department of the Army, either military or civilian, unless such person seeks and receives approval in accordance with Department of the Army (DA) policies and Standards of Ethical Conduct Rules. In addition, the Contractor shall not employ any person who is an employee of the Department of the Army if such employment would be contrary to the policies contained in DODD 5500.7-R. C.1.2.3 All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering the Government reservation, shall abide by all the regulations of the installation, which may be in effect during the contract period. C.1.2.4 Certificates, Licenses and Permits. The Contractor shall, at no additional cost to the Government, obtain all certificates, licenses and permits required for performance of contract work and for complying with all applicable local, state, and Federal laws, rules and regulations. C.1.3 PHYSICAL SECURITY C.1.3.1. Contractor Damages. The Contractor shall be responsible for all damages to Government property caused by the Contractor. Any damages to Government property shall be repaired at no cost and to the satisfaction of the Government. C.1.4 HOURS OF OPERATION C.1.4.1 The contractor shall accomplish this work between the hours of 7:30 AM and 4:30 PM, Monday thru Friday. No work shall be performed on weekends or Federal holidays without written approval of the Contracting Officer. C.1.5 CONSERVATION OF UTILITIES C.1.5.1 Contractor employees shall not use Government telephones at the work site for personal reasons or make any toll or long distance calls. C.1.6 SAFETY REQUIREMENTS C.1.6.1 Environment and OSHA. The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Any apparent conflict with the requirements of the contract shall be brought to the attention of the Contracting Officer or the authorized representative for final resolution. The Contractor shall notify the Contracting Officer or the COR in writing, in addition to any verbal notification of such conflicts. The Contractor shall be liable for all fines, penalties, and costs that result from violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel may be grounds for the Contracting Officer or the COR to halt work with a commensurate deduction of monies due the Contractor until such unsafe conditions are corrected. The Contractor shall take due caution not to endanger personnel during the performance of this contract. Upon discovery of a serious hazard such as fires, or a large fuel spill, the Contractor shall notify the Fort Bragg Fire Department, and the COR. C.1.6.2 The contractor shall incorporate all procedures necessary to be in accordance with United States Army Special Operations Command (USASOC) and Fort Bragg's Safety Program as set forth in FB 385-1, where applicable. C.1.6.3 Hazard Communication. The contractor shall comply with all applicable Hazard Communication (HAZCOM) standards pursuant to 29 Code of Federal Regulations (CFR). C.1.6.4 Fire Safety. The contractor shall comply with all applicable Fire safety standards, including the Fort Bragg Fire Prevention Program (FB 420-2). C.1.6.5 Hazardous Material. The contractor shall comply with all applicable Environmental considerations/certifications, to include functionally specific Hazardous Material/Waste (HAZMAT/HAZWASTE) handling pursuant to 49 CFR. C.1.7 ACCIDENT PROTECTION AND EMERGENCY MEDICAL TREATMENT C.1.7.1 The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. In addition to this, each crew of workers shall be provided with first aid kits complying with OSHA and other Federal State requirements to care for minor injuries normally sustained in the preventative maintenance industry. C.1.7.2 All work crew and the COR shall be provided with information pertaining to the Contractors arrangements for emergency medical treatment. This information shall include the following: Local Hospital: Firsthealth Moore regional Hospital Phone No. (910) 215-1000 Local Ambulance: 911 Emergency Phone No. 911 Local Doctor: Camp Roe Troop Medical ClinicPhone No. (910) 432-3516 432-C.1.8 SERVICE AREA. 3rd BN, 1st Special Warfare Training Group (SWTG)(A) requires the portable latrines to support personnel living in Freedom Operating Base (FOB), Freedom Village, and the Soldier Urban Reactionary Facility (SURF) in the vicinity of (IVO) Camp Mackall. C.1.9. The contractor shall be responsible for all requirements to gain access to Camp Mackall location in accordance with the applicable procedures. C.1.10. VEHICLE REGISTRATION. Vehicle registration, licensing and operation. Vendor vehicles shall have proper state registration, proof of insurance, and all vehicle operators shall possess valid driver's license to operate on the Post. Registration with the Provost Marshal's Office (PMO) of all vehicles transiting on post is mandatory. The Vendor shall fully comply with the vehicle registration requirements regarding Vendor-owned/operated vehicles as set forth in Fort Bragg (FB) Regulation FB 190-5. This regulation can be found at http://www.bragg.army.mil/16MP/vehicle_registration_information. Any questions regarding this regulation can be directed to the PMO at 910-432-8193. Be advised that Vendor vehicles shall be subject to search at any time. C.1.11. EMERGENCY NOTIFICATION. The contractor shall comply with all applicable Emergency notification and response procedures. C.1.12. CONTRACTOR MANPOWER REPORTING. The Secretary of the Army affected an initiative to obtain better visibility of contractor services workforce. In support of the initiative, the Office of the Assistant Secretary of the Army, Manpower and Reserve Affairs, implemented a process to capture information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. C. 1. 12. 1. To support the initiative, all contractors holding service contracts are required to report certain information. Contractors will report information via a Contracting Manpower Report (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 sub-contractor manpower) required for performance of this contract. The required information includes the following data elements: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including sub-contractors); f. Estimated direct labor dollars paid this reporting period (including sub-contractors); g. Total payments (including sub-contractors); h. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); i. Estimated data collection cost; j. 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 purpose of reporting this information); k. 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); l. Presence of deployment or contingency contract language; and m. 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. C. 1. 12. 2. The Reporting Period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year. Contractors must report the information by 31 October of each calendar year. Contractors will report the required information to the CMR System. Data may be entered into the CMR system at any time during the contracts period of performance; however, data must be accurate and complete and entered into CMR during the data gathering period of 1 October through 30 September for every year, or part of a year, for which the contract is in force. The CMR System web address is as follows: https://contractormanpower.army.pentagon.mil. Contractors may direct questions to the help desk at 703-377-6199. C. 1. 12. 3. Contractors may use a direct Extensible Markup Language (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 systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the web site. C. 1. 12. 4. Contracting Officers Representative. The Contracting Officers Representative shall ensure that contractors report the required information, as set forth in the COR appointment letter and surveillance plan. C.2 DEFINITIONS. C.2.1 STANDARD DEFINITIONS C.2.1.1 Contracting Officer. A person duly appointed with the authority to enter into and administer contracts on behalf of the Government. C.2.1.2 Contracting Officer Representative (COR). An individual designated by the Contracting Officer to act as his representative to assist in administering a contract. The source and authority for a COR is the Contracting Officer and limitations of a COR are contained in the written letter of designation. C.2.1.3 Government Property. All property owned by or leased to the Government or acquired by the Government under the terms of the contract. Government property includes both Government-furnished property and contractor acquired property as defined in FAR 45.101. C.2.1.4 Extra Services. Extra Services are those services required by the using activity beyond the normal 2 or 3 times a week cleaning. The extra services can only be ordered by the COR. Orders requesting these services will be placed between 7:30 A.M 4 P.M. C.3 GOVERNMENT FURNISHED PROPERTY, SERVICES AND FORMS. C.3.1 There shall be no Government-furnished property provided to the Contractor under the terms of this contract. C.3.2 Emergency Medical Service. Medical services for Contractor personnel are the responsibility of the Contractor. However, on an emergency basis, the Government will provide medical services for job-related injuries while an employee is performing under this contract. Such emergency medical care will be limited to those services necessary to prevent undue suffering or loss of life and will be provided only during the period of the emergency. In such circumstances, the Contractor shall transfer injured employees to a health care provider as soon as the emergency period ends. The Contractor shall reimburse the Government for emergency medical services provided upon receipt of invoice from the medical facility. Medical facilities are located at Womack Army Medical Center, Fort Bragg, North Carolina. C.4 CONTRACTOR FURNISHED ITEMS AND SERVICES C.4.1 Except for those items or services specifically stated to be Government furnished in Paragraph C.3, the Contractor shall furnish everything required to perform this contract. C.4.2 Cleaning Supplies. Contractor shall furnish all chemicals and cleaning supplies necessary to provide sanitary servicing (cleaning) of the portable latrines provided hereunder. The Contractor shall submit Material Safety Data Sheet (MSDS) to the COR for all chemicals to be used in performance of this contract at contract start date. Contractor may not use or change to a new chemical before submitting a MSDS and obtaining the approval of the COR. C.4.3 The contractor shall furnish all toilet paper, paper towels or hand wipes and soap. C.5 SCOPE OF WORK C.5.1 General. The contractor shall furnish all labor, material, equipment, tools, supervision and transportation to provide for the rental, maintenance and sanitary servicing (cleaning) of 58 portable latrines and 25 hand wash stations 4 times a week at Freedom Training Facility, Camp Mackall location near Fort Bragg, NC. C.5.2. Specific Tasks. C.5.2.1 FOB Freedom requires 33 portable latrines and 10 hand washing stations to support 500 personnel at grid V742S 39307785, Station Hospital Road, Camp Mackall. This is applicable to CLIN 0001AA and all corresponding Option CLINs. C.5.2.2 Freedom Village requires 20 portable latrines and 10 hand washing stations to support 100 personnel housed in tents off Station Hospital Road. This is applicable to CLIN 0001AA and all corresponding Option CLINs. C.5.2.3 SURF requires 18 portable latrines and 5 hand washing stations to support 100 personnel on Station Hospital. This is applicable to CLIN 0001AA and all corresponding Option CLINs. C.5.3 The contractor shall maintain detailed accurate records of the delivery of portable latrines under this contract. These records shall be made available to the Government at any time requested for the duration of the contract. C.5.4 All delivery and pick-up costs will be included in the price of CLINs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e626282ab9ce43184866c00a6efcd07)
- Place of Performance
- Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02084946-W 20100307/100306000229-0e626282ab9ce43184866c00a6efcd07 (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 |