Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2014 FBO #4528
SOLICITATION NOTICE

W -- JHSV 14 Latrines

Notice Date
4/16/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Mission Division (PARC Americas 410th CSB), 4130 STANLEY RD STE 320, Fort Sam Houston, TX 78234-6102
 
ZIP Code
78234-6102
 
Solicitation Number
N5706114MP008EC
 
Response Due
4/30/2014
 
Archive Date
6/15/2014
 
Point of Contact
Trevor Chambers, 210-295-5875
 
E-Mail Address
Mission Division (PARC Americas 410th CSB)
(trevor.l.chambers2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
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. REQUEST FOR QUOTE JHSV 14 Latrines This is a Combined Synopsis/ Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in the notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 dated 30 January 2014 and DFARS change notice 20140407. This procurement is unrestricted. The North American Industry Classification System code is 562991, Small Business Size Standard $7.0M. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. A firm fixed price purchase order will be awarded. Both clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Description of Requirement: United States Naval Forces Southern Command (COMUSNAVSO) requires latrine services in support of U.S. personnel in Punta Gorda, Belize during the period 01 June 2014 through 21 July 2014 as follows: 0001 Portable Toilets. Rental of Twenty (20) Portable Toilets including servicing every other day at Camp Fairweather, Punta Gorda, Belize in accordance with the Performance Work Statement during the period 1 June 2014 to 21 July 2014. (51 days x 20 units = 1020 Rental Days) QuantityUnitUnit PriceTotal Amount 1,020Days __________________ 0002 General Sales Tax QuantityUnitUnit PriceTotal Amount 1Each __________________ 0003 Worker's Compensation Insurance in accordance with the Defense Base Act and the clause at FAR 52.228-3. QuantityUnitUnit PriceTotal Amount 1Each __________________ 0004 Contractor Manpower Reporting. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on the quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contract services. QuantityUnitUnit PriceTotal Amount NSP __________________ Period of Performance and Place of Delivery for all Line items: 1 June - 21 July 2014 Camp Fair Weather, Punta Gorda, Belize STATEMENT OF WORK United States Naval Forces Southern Command (COMUSNAVSO) SPS JHSV SPEARHEAD 2014 Performance Work Statement Chemical Latrines 1.0 GENERAL: This is a non-personal services contract to provide Chemical Latrine services for United States Naval Forces Southern Command, also referred to herein as quote mark the Government quote mark in support of SPS JHSV, Belize 2014. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform delivery and service of chemical latrines as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Objectives: The Contractor shall provide COMUSNAVSO with Chemical Latrine services. 1.3. Scope: The Contractor shall provide COMUSNAVSO single unit chemical latrines with hand sanitizer with dispenser, and 2 ply toilet paper. The Contractor shall also service the chemical latrines as specified in Technical Exhibit 1 in coordination with the Contracting Officer (KO) and the Government Representative. 1.4. Period of Performance: 1 June to 21 July 2014 1.5. General Information 1.5.1. Hours of Operation: The contractor is responsible for conducting business, between the hours of 8:00 AM to 5:00 PM Monday thru Sunday except when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.5.2. Place of Performance: The work to be performed under this contract will be performed at Camp Fair Weather, Punta Gorda, Belize. 1.5.3. Type of Contract: The government intends to award firm-fixed priced contract. 1.5.4. Security Requirements: At the time of award of the contract or when hiring new contract workers, the Contractor shall ensure contractor employees and subcontractor employees performing services under this contract have passed a security check done by the Host Nation Police Department of their residence or the State Police Department of their U.S. residence. Security checks that have been completed as part of a security clearance background investigation, or a previous background check that was a condition of employment, meet this requirement. Documentation of these checks will be made available to the Government Representative upon request. The Government retains the right to exclude any employee from performance of duties under this contract if a security check reveals information an employee is a security risk. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this contract. If the Government determines additional background checks are required, at a minimum, and upon request from the Government, the Contractor shall provide to the Government Representative or the Contracting Officer, the following information on any contractor or subcontractor employee performing services under this contract: Full birth name Married name if applicable SSN or local equivalent (ID card number) Date of Birth Place of Birth (city, country) 1.5.4.1. INFORMATION Safeguard Considerations: Contractor will take appropriate measures to safeguard Government critical and sensitive information. Neither the Contractor nor the Contractor's personnel shall disclose, or cause disclosure of any information concerning DoD operations and activities which could result in, or increase the likelihood of, the possible breach of the activity's security or interrupt the continuity of DoD operations. Unauthorized disclosure of and/or failure to properly safeguard information, or proprietary data by the Contractor may subject the Contractor, its agent(s), or employees to criminal liability. Government paper products and removable storage materials that are received, generated, or stored during the contract will be destroyed completely when no longer needed to preclude recognition of information. Contractor will immediately report suspicious activities to security personnel. 1.5.5. Government Representative: The Government Representative is to be determined. Name will be given to contractor prior to contract start. The government representative monitors all technical aspects of the contract and assists in contract administration. The government representative is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The government representative is not authorized to change any of the terms and conditions of the resulting order. 1.5.6. Quality Assurance: Equipment will be jointly inspected for physical condition and safety as well as applicable legal and sanitation compliance prior to acceptance and before term termination to ensure the units are suitable for everyday use. The US Government reserves the right to unilaterally reject any equipment its Representative finds unsuitable for any reason or no reason at the Government's sole discretion. 1.5.7. Contract Manager: The Contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer. The Contract Manager or alternate shall have full authority to act on behalf of the Contractor on all contract matters relating to daily operation of this contract. 2. SPECIFIC TASKS: 2.1. Services: The Contractor shall deliver and place chemical latrines (see Technical Exhibit 1 for quantity of chemical latrines per location), antibacterial liquid sanitizer with dispenser, and 2-ply toilet paper to designated locations as specified in Technical Exhibit 1 and in coordination with the Government Representative. 2.1.2. The Contractor shall provide sanitation cleaning service to each chemical latrine unit every 48 hours as stipulated in Technical Exhibit 1. Services will include restocking of 2-ply toilet paper, holding tank deodorizer and portion control system replenishment of antibacterial liquid sanitizer between 8:00 AM to 5:00 PM. Contractor shall ensure that there is adequate toilet paper and sanitizer to last between cleanings. Waste shall be disposed of in the proper manner abiding by all laws and regulations in Belize regarding the disposal of waste. The specific service periods for each location may vary due to operational needs and change in requirements. The KO or Government Representative will notify the contractor of any change in requirements not less than 48 hours prior to the required change. 2.1.3. The Contractor shall ensure units are secured in place and able to withstand winds of over 35 knots/40 miles per hour. The contractor shall keep all latrines upright and service any unit that blows over due to high winds at no additional cost to the government within 24 hours of incident. 2.2. The Contractor shall exercise care to prevent spillage from the waste tank contents and shall immediately clean the spillage and notify the Government Representative within 4 hours of any spillage. 2.3. Unit Relocation: The Contractor shall be able to relocate a unit within 48 hours. The Contractor shall service units at the new location at time of relocation. 2.4. Unit Removal: The Contractor shall remove units as specified in Technical Exhibit 1, or as directed by the Government Representative. The Government Representative will give the contractor at least 48 hours notice for removal of a unit other than what is specified in Technical Exhibit 1. After Government Representative pick up notification, no rental charges will be paid to the contractor for any period beyond the date specified by the notice for pickup. The Government will not be responsible for equipment not removed within 48 hours of notice of pickup date 2.5. CHANGES TO CONTRACT: THE ONLY PERSON AUTHORIZED TO MAKE CHANGES TO THE CONTRACT IS THE KO. Failure to clear any changes to the contract with the Contracting Officer IN ADVANCE of requested change will result in the Government not being responsible for the charges, and non-payment to the Contractor. Accordingly, the Contracting Officer SHALL be notified prior to any additional services/performances necessitating contract modification (that is, those resulting in changes to the terms of the contract). Purchases or changes by unauthorized persons will result in the contractor not receiving payment for costs incurred 3. ATTACHMENT/TECHNICAL EXHIBIT LIST: Attachment 1/Technical Exhibit 1 - Delivery Schedule Service PeriodNumber DaysChem LatrinesDrop off Location 1 June-21 July Service every 48 hours 5120BDF Base (Camp Fair Weather) Punta Gorda: Drop off on 1 June or before. Pick up on 21 July. The following provisions and clauses are applicable to this procurement: FAR 52.204-7 -- System for Award Management; FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 -- System for Award Management Maintenance; FAR 52.209-6 -- Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-3. -- Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 -- Contract Terms and Conditions--Commercial Items; FAR 52.212-5 (Dev) -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation); FAR 52.222-50 -- Combating Trafficking in Persons; FAR 52.223-18 -- Encouraging Contractor Policies To Ban Text Messaging While Driving; FAR 52.225-14 - Inconsistency Between English Version and Translation of the Contract; FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran; FAR 52.228-3 - Worker's Compensation Insurance; FAR 52.229-6 -- Taxes--Foreign Fixed-Price Contracts; FAR 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management; FAR 52.232-39 -- Unenforceability of Unauthorized Obligations; FAR 52.233-3 -- Protest After Award; FAR 52.233-4 -- Applicable Law for Breach of Contract Claim; DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7000 -- Disclosure Of Information; DFARS 252.204-7004 Alt A -- System for Award Management Alternate A; DFARS 252.209-7999 (Dev) -- Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation); DFARS 252.222-7002 -- Compliance With Local Labor Laws (Overseas); DFARS 252.225-7041 -- Correspondence in English; DFARS 252.225-7042 -- Authorization to Perform; DFARS 252.229-7000 -- Invoices Exclusive of Taxes or Duties; DFARS 252.229-7001 -- Tax Relief; DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7008 -- Assignment of Claims (Overseas); DFARS 252.232-7010 -- Levies on Contract Payments; DFARS 252.233-7001 -- Choice of Law (Overseas); DFARS 252.243-7001 -- Pricing Of Contract Modifications. FAR 52.225-17; Evaluation of Foreign Currency Offers. U.S. Treasury Reporting Rates of Exchange at http://www.fms.treas.gov/intn.html#rates. FAR 52.252-1. Solicitation Provisions Incorporated by Reference. http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm FAR 52.252-2. -- Clauses Incorporated by Reference. http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm FAR 52.252-5. Authorized Deviations in Provisions. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (48 CFR Chapter 2) FAR 52.252-6. -- Authorized Deviations in Clauses. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (48 CFR Chapter 2) HQ AMC Level Protest. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 52.212-1 Addendum to Instructions to Offerors Quotes shall be submitted through electronic mail to CPT Trevor Chambers at trevor.l.chambers2.mil@mail.mil and must be received 30 April 2014 at 1000 CDT. All electronic proposals received after the time and date listed above will be considered late and may not be considered for award. Proposals shall include: 1.Demonstration that the offeror has the capability to provide vehicles during the time required. 2.Unit price and total price of Line Items 0001, 0002, 0003. Proposed prices shall be submitted in Belizean Dollars. 3.Completed Representations, Certifications, etc., as follows: a.FAR 52.212-3 Alt 1 b.DFARS 252.212-7000 c.DFARS 252.209-7999 d.DFARS 252.229-7001 4.Contractor must be willing to accept payment by either Government Purchase Card (Credit Card) or Electronic Wire Transfer. Determination will be made by the Contracting Officer prior to award of the contract. Contractors will not be allowed to adjust bid upward to account for payment method however if payment method results in a cheaper price. The Government reserves the right to request a downward adjustment to the contract in the amount of difference. Question Submission: Interested Offerors may submit any questions concerning the solicitation. Questions shall be submitted no later than 25 April, 2014 to CPT Trevor Chambers at trevor.l.chambers2.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e87637201b7b39fb26f4939231e94f00)
 
Place of Performance
Address: Camp Fairweather Belize Punta Gorda BZ
Zip Code: 99999
 
Record
SN03339830-W 20140418/140416234436-e87637201b7b39fb26f4939231e94f00 (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.