Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SOLICITATION NOTICE

W -- FIELD SHOWER TRAILERS AND SERVICES

Notice Date
5/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0230
 
Response Due
5/17/2011
 
Archive Date
6/17/2011
 
Point of Contact
Charles (Fletch) Fletcher II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 œRequired Central Contractor Registration  applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.bpn.gov/ for more information. This procurement is small business set-aside; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Solicitation number / RFQ N00244-11-T-0230 apply. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00. The standard industrial code is 7359, the business size standard is $7.0M and the NAICS Code is 532490. This a 100% Small Business Set-Aside offer. The agency need: 0001AAEIGHT (8) HEAD SHOWER TRAILERS “ 3 EA 0001ABPORTABLE WATER TRUCK & DRIVER “ 1 EA 0001ACGREY WATER TRUCK & DRIVER “ 1 EA 0001ADGENERATOR (70KV/56KW “ 1 EA 0001AECLEANING/MAINTENANCE -3 EA 0001AFDELIVERY “ 3 EA 0001AGRETURN “ 3 EA STATEMENT OF WORK 01MAY11 SHARK TANK 2011 LOGISTICS CONTRACT 1.0INTRODUCTION 1.1 Scope. This work specification establishes the requirement for material contract to support Logistics for Maritime Expeditionary Squadron ONE and ELEVEN Exercise SHARK TANK 2011, 24 MAY 2011 “ 28 July 2011 at San Clemente Island, Coronado, California. 1.2 Mission: To establish and provide logistic support to a four hundred (400) person life support area (LSA) throughout San Clemente Island in direct support of exercise SHARK TANK 2011. 1.3 Government Monitoring: The government shall monitor the contractor ™s performance and support rendered by daily inspections and surveillance of contractor provided equipment in accordance with applicable directives. The monitoring will be conducted in a manner and frequency that minimizes interference with the operation and maintenance of said equipment. 1.4 Support Concept. 1.4.1 Contractor Support Services. The contractor will support the LSA by providing equipment not carried or supported by Maritime Expeditionary Squadron One and Eleven and subordinate unit Tables of Allowance (TOA) so as to ensure habitability of the LSA. This equipment includes, but may not be limited to: Containerized shower facilities, non-potable and potable water, grey/black water containment and removal. The contractor shall perform all maintenance and upkeep of contracted facilities in accordance with operating directives. NOTE: To facilitate contractor provided services above, contractor will be required to provide sufficient power generation capability to support contracted services. Maritime Expeditionary Squadron units will not provide power to contractor provided equipment. 1.4.2 Applicable Documents. The following documents of the revision and date upon contract award are applicable in the performance of this Statement of Work (SOW) to the extent specified herein. Subsequent revisions will be applicable unless specifically disapproved by the Contracting Officer: 1.4.3 Location of Work. All work performance specified in this contract will be accomplished at San Clemente Island. The contractor will be given twenty-four (24) hours advance notice of move/relocation of equipment requirements. 1.4.4 Security Clearances/Security Requirements: The Government conducts security investigations by Defense Security Service (DSS) for secret and confidential clearances. Security clearances will not be required for this exercise. 2.0OPERATIONAL REQUIREMENTS 2.1 Operational Readiness: The contractor shall make best effort to ensure all contracted equipment ™s readiness is maintained throughout the terms of the contract. If contracted services are not being maintained to an appropriate level it is incumbent upon the contractor to take immediate action to correct the shortage. 3.0GENERAL AND ADMINISTRATIVE REQUIREMENTS 3.1 GENERAL 3.1.1 Task Description: This effort is established as major tasks areas listed in Paragraph 1.4.1 and further delineated in Sections 3 and 4. 3.1.2 Work Schedule: The contractor shall have employed sufficient personnel with the experience and qualifications to perform the tasks. The Contractor shall be prepared to support 24-hour operations; however, the majority of work required will be conducted during daylight hours. 3.1.3 Training Certification and Licensing: The contractor shall be responsible for certification/licensing of personnel for all tasks. The Contractor is required to provide qualified personnel to perform contracted work and the Government reserves the right to review those qualifications in specific instances. Tasking that requires training for re-qualification will be the responsibility of the Contractor. 3.1.4 Mishap / Accident Responsibility: A Navy appointed mishap investigation board will conduct mishap investigations. The Contractor shall cooperate fully and support the investigation with reports and other information as required. 3.2 ADMINISTRATIVE 3.2.1 Logistics Support: Logistical support will be provided by the Contractor to support actions. 3.2.2 Documentation: The Contractor shall keep accurate records by documenting work accomplished. 3.2.3 Photos and Specifications to be included with offer for each item. Items that do not have specifications please identify. 3.2.4 The Government will provide the following: 3.2.4.1 Portable water source. 3.2.4.2 Dumping site for œgray and black water.  NOTE: Potable water and removal of gray and black water will be paid for with Line of accounting, however company will need to bring Potable water truck and gray and black water removal truck. 3.2.5 The Government will not provide the following: 3.2.5.1 Meals for any personnel performing contracted services. 3.2.5.2Mileage to supply equipment is to be calculated in the cost of each item. Not separately priced. 3.2.5.3 Delivery schedule is œfirm,  thus not negotiable. 4.0 DELIVERY 4.1 All freight and shipping costs to be F.O.B. to final destination delivery point Naval Station 32nd street Pier 14 San Diego, CA for shipment on barge to final delivery point of San Clemente Island. Delivery time should be NLT 0600. POC is LSC (EXW/SW) Michael Hulce. Phone: 619-545-8803 Delivery to be completed by May 24, 2011 and installation to be completed by May 25, 2011 in order to meet operational commitments of MSRON 1 command. Return of equipment will take place on July 27th 2011 for shipment on barge from San Clemente Island for a return to Naval Station 32st Pier 14 San Diego, CA on July 28th 2011. Delivery schedule is not negotiable. Proof of liability insurance is required. At the time of award, personnel identification will be required for security reasons. The provision at FAR 52.212-1, Instructions to Offerors “ Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions “ Commercial Items applies as well as the following addendum clause: Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items applies with the following applicable clauses for paragraph (b): 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 Disabled Veterans and Veterans of the Vietnam Era; FAR 52.247-34, F.O.B. Destination; FAR 52.216-8, Ordering; FAR 52.216-19, Order Limitations. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications “ Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation “ Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors “ Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company ™s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company ™s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12:00 P.M. (Pacific Standard Time) on 17 May 2011, and will be accepted via fax (619-532-1088) if no more than ten (10) letter size pages or via e-mail charles.e.fletcher@navy.mil). The contact phone number of Charles E. Fletcher II is (619) 532-2658. Attachments to be in Word 6.0 or higher and ten (10) pages or more will not be accepted via fax.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0230/listing.html)
 
Place of Performance
Address: Naval Base San Diego 32nd Street, SAN DIEGO, CA
Zip Code: 92136
 
Record
SN02442688-W 20110511/110509234016-0c2cb6414c4a28954fe2c5ee05319ebb (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.