Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2011 FBO #3438
SOURCES SOUGHT

W -- RENTAL WITH SERVICES OF PORTABLE CHEMICAL LATRINES

Notice Date
4/22/2011
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Fort Benning DOC, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF-11-R-0020
 
Response Due
4/29/2011
 
Archive Date
6/28/2011
 
Point of Contact
SUSANNE H. JOHNSON, 706 545-4016
 
E-Mail Address
Fort Benning DOC
(susanne.johnson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1 GENERAL: 1.1 Scope of Work: The Contractor shall furnish all labor, supervision, facilities, tools, materials, equipment, containers and vehicles as required and necessary for the performance of all operations incidental to deliver and relocate portable toilets, clean and disinfect the toilets, and disposal of the waste products removed at Fort Benning, Georgia and Alabama and Camp Merrill, Dahlonega, Georgia.. All work under this contract shall be performed in accordance with the standards as contained or referenced herein. 1.2 Personnel: a. Contractor Employees: All persons performing under this contract shall remain employees of the Contractor at all times, and not employees of the Government. All such persons shall be under the control and supervision of the Contractor at all times. The Contractor is responsible for furnishing sufficient personnel who meet the standards established herein. Contractor personnel shall perform in accordance with all standards and provisions contained herein. The Contractor shall assure that all employees are competent, qualified and adequately trained to perform assigned duties. The Contractor's operator personnel must possess a valid state driver's license appropriate for the type and size of vehicle prior to operating any vehicle. The Contractor shall assure that all personnel, whose duties involve the operation of vehicles or equipment of any kind, are qualified and capable to safely operate such vehicles or equipment. b. Project Manager: The Contractor shall provide a project manager/superintendent, and such other supervisory personnel as may be necessary, who shall be authorized to act for the Contractor and be responsible for the accomplishment of all work required by this contract. The Contractor shall designate in writing The Project Manager and an individual with authority to act for the Project Manager in his absence from the job site. A copy of the designations shall be furnished to the Contracting Officer at the Prework Conference. At least one of the foregoing managers will be physically present at the job site from 0700 through 1630 hours, Monday through Friday and 0700-1200 on Saturday, except Legal Public Holidays. The Contractor's management personnel shall have authority to make decisions regarding contract performance in the day-to-day operations. The Contractor shall provide a communications system which will enable the Contracting Officer or quality assurance personnel to contact the Project Manager or his alternate during the foregoing hours of operation. 1c. Attire/Identification Badges: The Contractor shall furnish, and each contract employee shall wear at all times, an identification badge which shall identify the contractor's name and the employee's name. Such badge shall be worn on the employee's outer garment, and the identification thereon readily discernible from a distance of five feet. Personnel will be properly attired and well-groomed at all times. Minimum standards require all personnel to wear shoes, pants and shirts at all times. Personnel shall not wear cut-off pants, shower shoes, shower caps, tank tops, or clothing in a state of disrepair (holes, torn, frayed edges, etc.). 1.3. Organization : The Contractor shall provide the Contracting Officer a copy of his organization chart at the Prework Conference. As a minimum, such chart shall list all supervisory and/or key personnel, by name, title, local home address and telephone number (on-duty and off-duty). The Contracting Officer shall be furnished original and revised charts and/or listings as any changes may occur during this contract. 1.4 Safety: a. Orientation: The Contractor shall develop a safety plan and orientation program based on U. S. Army Corps of Engineers Safety and Health Requirements Manual, EM 3-85-1-1 (3 November 2003). The plan shall include safety procedures for the contractor's personnel for pumping of waste product, disinfection of the portable cabinet interior, and disposal of the waste product in accident prevention and safety procedures. A copy of the Plan shall be furnished to the Contracting Officer for approval five calendar days prior to contract start date. Upon commencement of work under this contract, the Contractor shall implement the safety program for all employees performing contractual services on the installation. The Contractor shall conduct a safety orientation for all said employees immediately following their employment and at least monthly thereafter. b. Injury: Immediately upon the occurrence of a job-connected injury on the installation, the Contractor shall prepare DA Form 285, U.S. Army Accident Investigation Report, in triplicate and forward the original and one copy to the Contracting Officer. Any technical advice and assistance necessary to accident investigating and reporting may be requested from the Contracting Officer. The contractor may use Martin Army Community Hospital in the case of an emergency until the employee is stabilized. c. Reporting Accident : All accidents which may arise out of or in connection with the performance of service under this contract and which result in personal injury, death, or property damage, shall be reported immediately by the fastest communication to the proper law enforcement authority for investigation. In addition, the Contractor shall complete DA Form 285, U.S. Army Accident Investigation Report, and forward to the Contracting Officer relating available information of the accident, the personnel involved and statements of witnesses. 2 If any claims are made by a third party against the Contractor as a result of any accident which occurs in connection with the Contractor's performance, the Contractor shall furnish within one (1) work day of the initiation of the claim, a full report, in writing, to the Contracting Officer. d. Operation of Vehicles/Equipment: The operation of any motor vehicle or piece of equipment in an unsafe condition is prohibited. A vehicle or piece of equipment is unsafe when a condition exists which could contribute to an accident or otherwise result in injury to personnel or property damage. The Contractor shall assure that contract drivers comply at all times with posted speed limits, and do not unduly obstruct traffic flow, especially during any peak traffic periods. Contractor personnel shall not be transported in the rear of an open-bed truck. All vehicles shall be operated in accordance with USAIC Reg 210-5, Garrison Regulations and USAIC Reg 190-5, Motor Vehicle Traffic Regulation. 1.5 Quality Control: The Contractor shall document and submit for approval the inspection system required to be established by subparagraph b of Federal Acquisition Regulation (FAR) 52.246-0004, entitled "Inspection of Services - Fixed Price." The copy of the plan shall be submitted to the Contracting Officer at the Prework Conference. The Contractor shall notify the Contracting Officer, in writing, of any change to his inspection system. a. Inspection System: As a minimum, the Contractor's inspection system shall include, but not be limited to: b. Name and titles of individuals who perform the inspection. c. Identify service or supplies to be inspected. d. Identify frequency and extent of inspections. e. Identify inspection records that will be maintained and the location of such records. 1.5.2 Records: The Contractor shall maintain records of all inspections. The records shall indicate type of inspection, date and person(s) performing inspection, the nature and number of observations, made, the number and type of deficiencies found, the quantities approved and rejected, and the nature of corrective action taken. The Government reserves the right of access to, and review of, all such records at any time. 1.5.3 Corrective Action: The Contractor shall take prompt action to correct conditions which have resulted or could result in the performance of services which do not conform to the requirements of this contract. 3 1.6 Performance Evaluation Meeting : The contractor or authorized Project Manager shall meet with the Contracting Officer and other Government representatives as necessary to resolve contractual issues. Specifically, a meeting will be held whenever a Contract Discrepancy Report is issued. The written minutes of the meetings will be prepared by the Contracting Officer or Government Representative that called the meeting. A copy will be provided by the Contracting Officer to all parties attending the meeting. 1.7 Environmental Pollution: The Contractor shall comply with applicable sections of the Federal, State, and Army regulations listed below and throughout this contract. Publications are available for review in Room 320, Bldg 6, Meloy Hall. A copy of each will be available to the contractor for reference during performance of this contract. Contractor shall avoid any disposal practices that may place the Government in a controversial position regarding contributions to environmental pollution or violate environmental regulations that are in effect. a. AR 200- 1, Environmental Protection Enhancement; Latest Revision. b. AR 420-47, Solid Waste Management, Latest Revision. c. EPA Regulations: 40 CFR 257,40 CFR 258, and 40 CFR 261. d. Georgia Environmental Protection Division (EPD) Regulations: Georgia Litter Control Law; Georgia Solid Waste Management Rules; Georgia Hazardous Waste Management Rules. 1.8 Salvage Prohibition: There shall be no salvage rights for waste products collected by the Contractor. All waste collected shall be disposed at the Lumpkin Road Treatment Facilities offsite in Columbus, Georgia. 1.9 Contingency Plans. a. Mobilization: In the event of installation mobilization which requires services beyond the Contractor's capability to provide services, the Contractor shall advise the Contracting Officer immediately of the capability and additional services which the Contractor can provide. The Government reserves the right to obtain services beyond the Contractor's capability from other commercial sources. b. Disaster: In the event of a disaster, to include but not limited to natural disasters such as tornadoes, floods, or acts of violence which would increase the require for portable toilets throughout Fort, the Contractor shall provide the additional services on an "as ordered" basis. 4 1.10 Transition of Contractor Operation: a. General: There will be no separately stated costs, or payments by the Government for any costs that may be incurred by the Contractor directly or indirectly as a result of Transition-In and Transition-Out requirements. All such costs shall be included in the basic contract price. b. Transition-In: During the period between the date a follow on contract is awarded and the date the contract begins, the incumbent contractor shall permit the successor to observe any operations as deemed necessary by the successor that will enable his personnel to become knowledgeable in and familiar with their assigned areas of responsibility. The successor Contractor shall fully cooperate with the Government and incumbent Contractor so as not to interfere with contract performance. c. Transition-Out: The incumbent contractor shall remove all portable toilets and sinks provided under the contract, all contractor equipment, and contractor-owned mobile facilities within 60 work days after termination or expiration of this contract. The successor contractor shall install all containers ordered for the first month of the follow-on contract within 60 work days of performance start date. The incumbent contractor and the successor contractor shall coordinate with each other to mutually agree to a schedule for smooth transition. The incumbent contractor's removal schedule shall be the successor contractor's installation schedule. A copy of the schedule signed by both contractors (or an authorized representative) shall be furnished the Contracting Officer not later than five calendar days prior to start date of the follow-on contract. Port toilets and sinks removal shall begin on the first day of the follow-on contract. The incumbent contractor shall dispose of the unit contents prior to or in conjunction with removing the units from the installation. 1.11 Physical Security: The contractor shall secure any mobile office or facility (constructed by the contractor) when area is unattended. The contractor is fully responsible for the security of all contractor-owned property during non-work hours. 2. PORTABLE TOILETS: The chemical portable toilets furnished in this contract shall be in compliance with the following specifications: a. Portable toilets provided by the contractor shall be of high quality, rigid construction, weather and impact resistant with low wind resistant design and in accordance with the minimum requirements of the American National Standard for Sanitation, Non-sewer Waste Disposal Systems Requirements, ANSI Z4.3-1987. b. Portable toilets shall provide adequate space for the user with minimum inside dimensions of three (3) feet front to back and three (3) feet side to side, minimum inside clear height of 6-1/2 feet, and a stool riser height of 14 to 20 inches. 5 c. The interior floors, walls, ceilings, partitions, and doors of all portable toilets shall have a finish that can be easily cleaned. d. Doors shall have suitable latch and spring closure. The doors shall be self-closing, tight fitting and shall an inside lock. Door entrance shall be a minimum of 24 inches wide. e. Toilets shall be vented to the outside with a minimum nominal vent area of seven (7) square inches. f. Toilets shall be beige in color. g. Container tanks shall be water tight with outside vents. The tanks shall be constructed of heavy gauge galvanized metal, plastic, or fiberglass. h. Toilets shall be equipped with tissue holder, toilet seat, urinals, door, latch and coat hook. i. Toilet tissue shall be provided in sufficient quantity to ensure availability at all times the unit is in service. 3. MAINTENANCE: The portable toilets shall, at all times, present a high standard of construction and neatness to include a new, or like new, appearance. The Contractor shall repair, replace, and paint units as required to maintain this standard. In the event of vandalism, the contractor is subject to payment for damages determined not to be normal wear and tear of the portable toilets. Such damages include graffiti, torn doors or cabinet panels, and doors, toilet tissue dispensers, or seats torn free of the cabinet. Items broken or missing such as door springs or the toilet seat is loose are considered as normal wear and tear. Bid items shall be provided as ordered in the event of vandalism. 4. SANITATION: The contractor shall service toilets in accordance with frequencies specified in each order. Services shall include the complete removal of all waste, cleaning the inside of the waste tank, cleaning and applying a commercial grade cleaner to the toilet with sufficient quantity of chemicals to insure an odorless unit (excluding chemical odors). a. The contractor shall remove any spillage, clean and decontaminate soiled areas whether such spillage occurs during the cleaning process or from defective units. b. At the time of each service, all seats, doors, watts, floors, and other exposed surfaces shall be left in a clean and sanitized condition. 6 c. In addition to above, the units and servicing of the units, shall comply with all Federal, State, and Local laws, ordinances, and regulations. 5. WASTE DISPOSAL: The contractor shall be allowed to empty all materials from the cleaning of the portable toilets at the Lumpkin Road Sewage Treatment Plant located in Columbus, Georgia. Other dumping locations may be provided at the pre-work conference or forwarded to the Contracting Officer written on the Contractor's letterhead. All alternate locations must be state certified and comply to all Federal, State, and Local codes and regulations. 6. INSTALLATION AND REMOVAL OF TOILETS: The toilets shall be delivered in the quantities and to the location(s) specified in each delivery order. a. Area of performance includes all areas within the boundaries of the Fort Benning Installation to include areas where roads are not paved. b. The toilets shall be skid mounted and set firmly on the ground without leaning or rocking. The units shall be set in a direction to preclude the door opening to public view. c. The contractor shall remove units within three (3) days following the rental period specified in the delivery order. Additional rental fees will not be paid for units not picked up at the end of their rental periods and the government will not be responsible for abandoned portable toilets. 7. SPILLS: In the event of a spill or release of a hazardous substance (as designated in 40 CFR 302), sewage pollutant (as governed by the Oil Pollution Act (OPA), 33 U.S.C. 2701 et seq.), the Contractor shall notify the Contracting Officer immediately. If the spill exceeds the reporting threshold, the Contractor shall follow the pre-established procedures as described in the Base Wide Contingency Plan for immediate reporting and containment. Immediate containment actions shall be taken to minimize the effect of any spill or leak. Cleanup shall be in accordance with applicable federal, state, and local regulations. As directed by the Contracting Officer, additional sampling and testing shall be performed to verify spills have been cleaned up. Spill cleanup and testing shall be done at no additional cost to the Government. 7 a. During the implementation (Land disturbances/construction) phase of this contract, the contractor and/or proponent must have a spill prevention control and countermeasure plan, and follow all DOT regulations regardless transportation of any hazardous products, or special wastes/materials. Storage of hazardous materials and waste must comply with Fort Benning Regulations, including secondary containment as required. A hazardous material inventory and MSDS should be kept in record at all times. The inventory must include all chemicals, herbicides, and any other hazardous substances used and/or by the contractor/proponent on Fort Benning. Drip pans shall be provided for vehicles and equipment from spill onto soil/water/pavements. Secondary containment is required for any refueling activities. All storm drainage and sewer manholes in the work site must be protected. The point of contacts for the Fort Benning Spill Prevention Guidelines are Mr. Felix at (706) 545-9879 and Ms. Andrea Hicks at (706) 545-0276. 8. BID PACKAGE SUBMITTAL: Low bid is not the deciding factor for award of this contract. The award of this contract shall be based on the contractor's experience, qualified personnel, training and certification records, and equipment and vehicles. The contractor shall submit the following items with his bid proposal in addition to the documentation requested by the Contracting Officer: a. A list of his/her employees, training, and certifications as all Federal, State, and Local Regulations to furnish and maintain portable toilets. Please provide the years of experience for each individual. b. An organization chart of his/her company. c. List of the contractor's equipment and vehicles to execute the contract. The equipment and tanker used to remove the waste products and transport to the waste treatment facility must be new or reconditioned. Documentation must be provided indicating the reconditioned vehicle is warranted and certified to hold and transport the waste products. d. A list of ongoing and all previous contracts identical or similar to the specified services of this contract. e. A Work Plan shall be submitted indicating the number of personnel involved with each task, how each task will be executed, and list the specialized equipment required to execute the work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/305f6470e75acd2bb53742e4bcf8fadb)
 
Place of Performance
Address: Fort Benning DOC Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
Zip Code: 31905-5000
 
Record
SN02431773-W 20110424/110422234720-305f6470e75acd2bb53742e4bcf8fadb (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.