Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2011 FBO #3415
SOLICITATION NOTICE

45 -- 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.

Notice Date
3/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0116
 
Response Due
4/4/2011
 
Archive Date
4/19/2011
 
Point of Contact
Robert Edwards 910-451-3096
 
E-Mail Address
POC: Robert Edwards
(robert.edwards@usmc.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; quotes are being requested and a written solicitation will not be issued. Solicitation number M67001-11-Q-0116 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. This acquisition is being conducted in accordance with FAR Subpart 13, Simplified Acquisition Procedures. Pursuant to FAR Subpart 6.203, this procurement is a 100% Total Set-Aside for Small Business. The North American Industry Classification Systems Code as deemed by the U.S. Small Business Administration is 562991 Septic Tank and Related Services , $7.0M. Federal Supply Code (FSC) W045 Lease or Rental of Eq/Plumbing & Heating Equipment . The School of Infantry (SOI), Camp Lejeune, NC has a requirement for the service and rental of portable toilets. CLIN 0001: Quantity 180 Portable Toilets Description: Service and Rental of Standard Portable Toilets to be serviced three (3) times weekly for a period of three (3) months. Period of Performance: 06 April 2011 - 30 September 2011 Minimum Requirements: SERVICES REQUIRED. Rental and servicing of portable toilets shall include, but not be limited to, delivery to site, setup for operation, service as required, and removal from premises. MINIMUM REQUIREMENTS. Cabana. The cabana shall have no open spaces, crevices, or any other hard to clean features within the cabana. The floor shall be provided with suitable anti-skid protection. If the anti-skid device is removable, it shall be easily replaceable. Materials used for construction of cabanas shall be corrosion resistant and withstand temperatures from -25 degrees Fahrenheit to +120 degrees Fahrenheit. The cabana's interior finish shall facilitate cleaning and be impervious to the absorption of chemical and waste derivatives. Hardware. All hardware, including latches, chains, locks and hinges shall be made from corrosion resisting steel, brass, or carbon steel. If made from carbon steel, it shall be zinc, cadmium or chrome plated. Metals shall be selected for similarity to reduce or inhibit electrolytic corrosion. An outside hasp assembly shall be provided. Offeror shall: Skids and Tank Underguard. All permanent toilets shall be securely mounted on skids. Tank Interior. Surface shall be resistive to chemical and waste corrosion and impervious to the absorption of waste and chemical derivatives. Tank Venting. Tank shall be vented to the outside having a minimum vented area 12.5 square inches which is a circle approximately 4 inches in diameter). NOTE: The tank vent area cannot be less than the area of the bowl opening. Tank Capacity. Tank capacity for Regular/Standard Portable Toilets must have a minimum of 40 gallons. Seat. Seat shall have a smooth surface that resists burning and corrosion. Tissue Dispenser and Tissue. A two-roll toilet tissue dispenser shall be provided. The dispenser shall be constructed to prevent "free reeling" of the toilet tissue and shall be refilled to capacity at each servicing. Hand Sanitizer. A hand sanitizing dispenser shall be provided. The dispenser shall be constructed in such a manner as to dispense measured quantities of hand sanitizer and shall be refilled to capacity at each servicing. EQUIPMENT IDENTIFICATION. All toilets shall have affixed to the exterior, the Contractor's name and a serial number and telephone number. The information shall be a minimum of three (3) inches in height, and clearly visible at all times. The Contractor shall assign all serial numbers for easy identification against a specific delivery order. SERVICING EQUIPMENT. PORTABLE TOILETS: Services shall include, but not limited to, the complete removal of all waste, debris, and other contaminants from waste tanks, seats, doors, floors, and other exposed interior and exterior surfaces, to include washing, sweeping, dusting, mopping, and applying a commercial grade cleaner and disinfectant to interior surfaces. Waste tanks shall be recharged with sufficient quantity of chemicals to ensure an odorless unit. The Contractor shall take extreme care to prevent any spillage of the waste tank contents. In the event spillage does occur, the Contractor shall thoroughly clean the entire area contaminated by the spill, in accordance with OSHA and Base Health and Safety Regulations. The Contractor shall repair, repaint, or replace toilets as often as necessary to maintain them in a watertight, neat, sanitary, and operational condition in compliance with contract specifications. The Contractor shall replenish toilet paper and hand sanitizer dispensers to ensure they are filled to capacity at each servicing. REMOVAL OF PORTABLE TOILETS. The Contractor shall remove all toilets as required by each delivery order, and fill out the service work ticket upon completion. The area of the service work ticket required for the Government to complete should be left blank. WATER USAGE AND CONSERVATION. The Contractor may use Government water points. The Contractor may use the existing water faucets and valves at the designated water points, without modification. The Contractor shall provide any necessary hoses or water dispensing equipment required to make water point hookups and remove them after each use. The Contractor shall not immerse Government owned water-dispensing devices into Contractor's trucks, tanks, or equipment. The Contractor shall prevent the contamination of the Government water points, faucets, valves, etc. The Contractor shall conserve and prevent the waste of water, by turning off water faucets and valves when not in use. DISCREPANCIES AT WORK SITES. In the event the Contractor encounters any discrepancies at the work sites, the Contractor shall immediately report his findings to the Contract Administrator. WASTE DISPOSAL. The Contractor shall supply and dispose of all chemicals or substances used in the sanitary treatment of toilet waste. Toilets shall be maintained in a sanitary condition, with the collected waste being treated and disposed of in compliance with all applicable Federal, State, and Local laws, ordinances and regulations. SALVAGED MATERIALS. Upon completion of all services, the Contractor shall remove all parts, debris, trash, waste, or any other materials resulting from work under this contract at his expense. REMOVAL OF CONTAMINATION. In the event the Contractor contaminates Government property while performing contract services, the Contractor shall remove all contamination at his expense, prior to leaving the area. REPERFORMANCE OF SERVICES. Notwithstanding the provisions of this contract covering inspection, acceptance, and deduction from payment, the Contractor shall re-perform services that have been determined to be unsatisfactory via verified customer complaints, at no additional cost to the Government. Services requiring re-performance shall be identified by the Contracting Officer or his designated representative. CONTRACTOR FURNISHED ITEMS/EQUIPMENT LOST, DAMAGED, OR RELOCATED. The requesting unit will be held responsible if the Government loses, damages, or relocates the Contractor's items/equipment, while being utilized by the Government. Government personnel will not repair, service, or move the Contractor's items/equipment except as: (1) necessary in the event of an immediate hazard to persons or property (EX: impending hurricanes, tornadoes, etc.); (2) mutually agreed upon by Contract Administrator and the Contractor. CONTRACTOR UNAUTHORIZED WORK PERFORMANCE. The Contractor shall not perform work that deviates from contract requirements and specifications. If the Contractor deviates from contract requirements and specifications without approval of the CONTRACT ADMINISTRATOR, such deviation shall be at the risk of the Contractor and any cost related thereto shall be borne by the Contractor. SERVICE WORK TICKET. A separate service work ticket shall be required for delivery, relocation, and removal of toilets. The Contractor shall clearly identify on the service work ticket the service being performed. The Contractor is responsible for filling out the required Contractor information on the service work ticket, and ensuring that the organization representative fills in the required Government information. The service work ticket information shall be written legibly in indelible ink. A legible copy of the service work tickets shall be submitted to organization representative within (ten) 10 calendar days of the close of each billing cycle. The ticket shall have clearly marked spaces for the following information: THE FOLLOWING IS REQUIRED CONTRACTOR INFORMATION: Contract/Delivery Order Number/Item Number Government Point of Contacts Name/Phone No. Date/Time/Location Mutually Agreed Upon to Meet Organization Representative Date/Time Delivered, Relocated, and Removed Equipment Type Quantity Equipment Serial Numbers Delivery, Relocation, and Removal Site Printed Name & Signature of Contractor Employee Performing Service THE FOLLOWING IS REQUIRED GOVERNMENT INFORMATION: Organization Representative's Comments ( ) Satisfactory Performance ( ) Unsatisfactory Performance Organization Representative's Printed Name & Signature/Phone No. Date & Time SERVICE CHECKLIST LABELS. The Contractor shall affix an adhesive back label to the inside of each portable toilet furnished under this contract, for the purpose of recording when each toilet is serviced. The labels shall be clearly visible, and adhere to the inside of the toilets without falling off. The labels shall have adequate spaces for the information required, and the information shall be legibly written in indelible ink. After each servicing, the Contractor's employees shall annotate on the labels the delivery order number, date and time of service, and signature. Throughout the contract period, the Contractor shall maintain a service checklist label in all toilets and on all hand wash stations furnished under this contract. F.O.B. Point: Destination Deliver To: School of Infantry (SOI), Camp Lejeune, NC 28542-5000. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; 52.232-18 AVAILABILITY OF FUNDS; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate. The following clauses apply under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Representation; 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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 of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. In accordance with FAR 52.212-1, submission of quote shall include the following: (1) Technical: Descriptive literature and/or product information; (2) Past performance: The offeror shall provide three references (not more than 3 years old) that are relevant in scope to this requirement. Include the following information: (a) Contract Number; (b) Dollar Value; (c) Award and Completion Dates; and (d) Agency point of contact information. Offerors with no past performance history will not be evaluated favorably or unfavorably; and (3) Price: All pricing quoted shall be FOB Destination. Numbered Note 1 Applies All submitted pricing must be actual face-value pricing having already accounted for any discounts offered and extended to the Government. The Government intends to make a single award to the lowest priced, technically acceptable offeror that possesses a relevant, satisfactory performance record. However, the Government reserves the right to award no contract at all, depending on the quality of the offers submitted. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, we reserve the right to issue multiple awards. The closing date and time for this solicitation is 4 April 2011 at 12:00 Noon (EST). Quoters are responsible for ensuring that their submitted quote has been received and is legible. NO QUOTES WILL BE ACCEPTED AFTER 12:00 Noon (EST), 4 April 2011. Questions must be received No Later Than 12:00 Noon, Friday, April 1, 2011. Questions received after 12:00 Noon, Friday, April 1, 2011 WILL NOT BE CONSIDERED. Submit quote to robert.edwards@usmc.milPOC: Robert Edwards, robert.edwards@usmc.mil or (910) 451-3096
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0116/listing.html)
 
Place of Performance
Address: School of Infantry
Zip Code: , Camp Lejeune, NC
 
Record
SN02413248-W 20110401/110330234832-022f84bba65a13332bcc5f42f0a0a374 (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.