Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SOLICITATION NOTICE

S -- Vault Toilet Pumping Services - Experience Questionnaire

Notice Date
6/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
AG-05G1-S-15-0060
 
Archive Date
7/1/2015
 
Point of Contact
Aaron Kretzer, Phone: 5096847134
 
E-Mail Address
akretzer@fs.fed.us
(akretzer@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
List of vault toilets and area map of locations Experience Questionnaire, sample price submittal and statement of acknowledgement 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. Solicitation document AG-05G1-S-15-0060 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. This is 100 percent set-aside for small businesses under NAICS code 562991 and the small business size standard is $7.5 million. 1-Schedule of Items: Item No. 001 ; Vault Toilet Pump Service; estimated quantity 20; EA; Period of Performance is 06/22/2015 through 10/31/2015; Final delivery date is 10/31/2015. Item No. 002 Option ; Vault Toilet Pump Service; estimated quantity 20; EA; Period of Performance is 04/01/2016 through 10/31/2016; Final delivery date is 10/31/2016. Item No. 003 Option ; Vault Toilet Pump Service; estimated quantity 20; EA; Period of Performance is 04/01/2017 through 10/31/2017; Final delivery date is 10/31/2017. Item No. 004 Option ; Vault Toilet Pump Service; estimated quantity 20; EA; Period of Performance is 04/01/2018 through 10/31/2018; Final delivery date is 10/31/2018. Item No. 005 Option ; Vault Toilet Pump Service; estimated quantity 20; EA; Period of Performance is 04/01/2019 through 10/31/2019; Final delivery date is 10/31/2019. 2-Delivery: Delivery shall be FOB destination to any location(s) identified in the attached Pumping Site List and Map within the Wenatchee Ranger District of the Okanogan-Wenatchee National Forest. The number of days and exact dates on which services will be required is not predetermined. The Government's Contracting Officer's Representative (COR) will notify the Contractor of the required servicing. The Government will attempt to consolidate pumping orders for as much as practicable. The notification may be by phone, fax or email. The Contractor is expected to complete the required servicing within 5 days after notice. 3-Statements of Work The Okanogan-Wenatchee National Forest has a requirement for Vault Toilet Pumping Services on the Wenatchee River Ranger District. The intent of this contract is to provide vault toilet pumping services as needed on the Wenatchee River Ranger District. The Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies to pump, wash down, cleanup and dispose of all waste products removed from toilet vaults in accordance with the following contract specifications and in accordance with State and Federal regulations. Trash is to be disposed of off National Forest Land. 3.1-Pumping Procedures Vault toilets with exterior access holes shall be pumped from the hole. A Yale key is needed to unlock the hole and will be provided by the COR prior to starting work as Government furnished property. Pump vaults down to within 4 inches of the bottom of the tank. Thoroughly clean and disinfect all contaminated areas resulting from the pumping process. The hole cover must fit with an airtight seal for the toilet venting process. If the hole cover is damaged, or cannot be made air tight, notify the COR. Vault toilets without exterior holes pump down within 4 inches of the bottom of the tank directly below the riser. Take precautions to prevent damage to riser, and to prevent waste spillage onto the interior floor and wall surfaces. Cover toilet paper with waterproof material or remove from bar prior to removal of debris, or pumping. Clean up all incidental spillage and disinfect floors and riser including riser seat. 3.2-Offsite Disposal of Sewage and Debris The contractor shall be properly licensed and shall be responsible for making disposal arrangements, including disposal of all effluent, debris, and trash. Disposal shall conform to all Federal, State and local laws and ordinances. The contractor shall be responsible to prevent spillage and to haul all waste material (sewage and debris) in watertight containers. Handling of waste material shall be in accordance with applicable health regulations. 3.3-Conduct of Personnel The Contractor and his/her employees shall make every reasonable effort to prevent interference with the normal use and occupancy of recreational areas while engaged in the performance of the contract. Due to the nature of the duties under the contract, the Contractor and his/her employees shall keep themselves and equipment presentable at all times. The Contracting Officer may, in writing, require the Contractor to remove from the worksite any employee the Contracting Officer deems incompetent, careless, discourteous to the public, or is otherwise objectionable, or for theft, possession and/or removal of material, supplies, equipment, or any Government-owned property. 3.4-Resource Damage Any damage or defacement that occurs to government property or land resources during the Contractor's operations shall be repaired at the Contractor's expense to its original condition. Onsite inspections will be made by the COR or Inspectors prior to acceptance of work. 3.5-Extent of Obligations This agreement does not obligate the Government to purchase a minimum amount of services. The Government will be obligated only to the extent of the orders actually placed against the contract by authorized individuals identified to the Contractor. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment for items shown. The Contractor shall pump ONLY those Vault toilets as directed by the Contracting Officer's Representative. 3.6-Quality Assurance and Inspection The Contractor's work shall be done in accordance with the specifications herein. Any work which does not meet the specifications may be rejected and reworked. Payment will not be made until work meets these standards. 3.7-Invoice Submission Invoices shall be submitted electronically through the Invoice Processing Platform located at http://www.ipp.gov. Invoices shall be submitted every 30 days for work completed during that time. 4- Contract Clauses and Provisions FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) Addendum to 52.212-4(g), Invoice : The Forest Service is utilizing the Invoice Processing Platform (IPP) for the electronic submission and tracking of contract invoices and payments. IPP is a secure Government-wide, Web-based invoice processing service. Visit http://www.ipp.gov to learn more. Upon award of a contract, Contractors must register at https://www.ipp.gov/vendors/enrollment-vendors.htm. Contractors shall submit all invoices electronically via IPP. Paper copies of invoices are not accepted. The Contractor must also attach an invoice which clearly identifies the contract line item number, description, quantity, unit price and total amount being invoiced. FAR 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts (SEPT 2013) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items(MAY 2015) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015)(E.O. 11246). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). (10) 52.222-55, Minimum Wages Under Executive Order 13658 Dec 2014)(Executive Order 13658). FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor anytime after award provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five calendar years. FAR 52.236-7 Permits and Responsibilities (Nov 1991) AGAR 452.209-71 Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants Alternate 1 (Feb 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. FAR 52.212-1, Instructions to Offerors-Commercial (APR 2014) Addendum to FAR 52.212-1 : This request for quote (RFQ) solicitation is issued under the authority of FAR Part 12 Acquisition of Commercial Items and FAR Part 13.5 Simplified Acquisition Procedures. FAR Part 15 will not be used. The Procedures in Part 12 used in conjunction with Part 13 allow the Government to procure services and supplies resembling those in the commercial marketplace and streamline the procurement process. Therefore, all referenced to "proposals" in the FAR Part 12 clause is changes to "qoutes" and referenced to "offeror(s)" is changed to "quoter(s)" (c), Period of Acceptance of Offers. The paragraph is tailored as follows: "The qouters agree to hole the prices in its quote firm for 60 calendar days from the date specified for receipt of quote." (h), Multiple Awards. The paragraph is tailored as follows: "The Government will not make multiple awards." (l) Is replaced entirely with "Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on award(s) resulting from this solicitation from the contracting officer." FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price: This criterion will include consideration of cost/price information entered on the Schedule of Items submitted 2. Technical Proposal: Description and quantity of equipment, equipment operators and any relevant technical approaches intended to be used in completing the project. List all biobased products you will use in performance of this contract if applicable and the estimated dollar value. If you will not be using any biobased products, list any reasons why. 3. Past Performance: Contractor shall submit the Experience Questionnaire for past performance evaluation (or similar). Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SUBMIT FOR REVIEW Quotes may be submitted electronically to the Contracting Officer at akretzer@fs.fed.us or by facsimile to 1-888-489-2655, quoters are responsible for verifying receipt of quotes submitted through electronic means. Quotes are due June 16, 2015 at 12:00 PM PT All offers shall include, at a minimum, the following items: (Reference Experience Questionnaire attached for items 1-5) 1. Offers name, address, telephone number and email address 2. One price for each line item in the Schedule of Items, including options items and any additional discount terms if applicable 3. Completed Experience Questionnaire 4. An electronic and physical remit to address 5. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 6. Acknowledgement of Solicitation Amendments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05G1-S-15-0060/listing.html)
 
Place of Performance
Address: Wenatchee River Ranger District, Leavenworth, Washington, 98826, United States
Zip Code: 98826
 
Record
SN03752642-W 20150606/150604234953-8b8c6b1e345e60611d566cabc887da38 (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.