SOLICITATION NOTICE
46 -- Camp Ravenna BPAs
- Notice Date
- 4/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, Ohio, 43235-2788
- ZIP Code
- 43235-2788
- Solicitation Number
- W91364-16-R-0007
- Archive Date
- 5/5/2016
- Point of Contact
- Randy Reis, Phone: 614-336-7001, Mark H. Miesse, Phone: 6143367175
- E-Mail Address
-
randy.d.reis.mil@mail.mil, mark.h.miesse.civ@mail.mil
(randy.d.reis.mil@mail.mil, mark.h.miesse.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This is a notice stating the Governments intent to enter into a Blanket Purchase Agreement (BPA) for Services to support annual training on Camp Ravenna Joint Training Facility, Newton Falls, OH with qualified vendors under the parameters listed in this document. This information is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice of the Governments intent to establish this Blanket Purchase Agreement. This will be a multiple award BPA. Proposals from qualified vendors detailing their company's ability to fulfill the requirements stated in the body of this document are being requested and a written solicitation will not be issued. (II) Solicitation W91364-16-R-0007 is issued as a Request for Proposal (RFP). (III) This requirement is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. (IV) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 332311 and the small business size standard is 500 Employees. The following commercial items are requested in this solicitation: (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001: Waste Dumpsters: Deliver, stage, move and pick-up a 30-yard dumpsters with lid or cover daily to accommodate the Soldiers at a 300:1 ratio. The contractor is responsible for emptying the dumpsters every other day at a minimum. The location of the dumpsters will be specified prior to emplacement date. Construction Dumpsters: Deliver, stage, move and pick-up a 40-yard dumpster to accommodate construction debris. Once filled, the contractor will be notified for emptying. The location of the dumpsters will be specified prior to emplacement date. Contractor is responsible for repairing any damage made or done during the duration of the contract. (ie ruts in the grass, damage to the gravel pads, etc.) Physical Location : Camp Ravenna Joint Military Training Center, 1438 State Route 534 SW, Newton Falls, Ohio 44444-8503. CLIN 0002: Environmental Control Units (ECUs): Provide and install power generation (to include fuel, maintenance, & capability to connect to existing natural gas line), maintain, and service sufficient number of heating/air conditioning units for up to eleven (11) buildings (156, 157, 158, 159, 160, 161, 162, 163, 164, 165, and 166) during 24/7 operations. 1. Final dates and building numbers will be provided to the contractor 14 days prior to the start of the training exercise. 2. All ECUs need to be fitted to accommodate natural gas as the fuel source. The gas company will install the appropriate gas pressure regulator to fit the contractor's gas consuming heating equipment. 3. The contractor is responsible for providing the necessary line to connect from the gas company's pressure regulator to the heating equipment. All lines placed by the contractor need to be safely secured/protected from inadvertent damage and regularly inspected to insure there is no leakage. The contractor is responsible to maintain temperatures between 70-78F in a hot environment and between 60-68F in a cold environment during operations. 4. Each building is 50'x220' and the ceiling is 14'6" with corrugated metal with open vents (buildings 158, 164, 165, and 166 have new insulated roofs). All Buildings have power with 480-3 phase 200 amp service panel, 480 power and is converted to 120/240 single phase. 5. The contractor needs to contact the Camp Ravenna Facility Maintenance Office (614-336-6795 or 614-336-6137) to ensure support package/components do not exceed the permanent power capabilities of the Tactical Training Base (TTB). 6. The contractor must be available to contact 24 hours a day and able to service all equipment within two (2) hours of notification of a problem. 7. Contractor is responsible for repairing any damage made or done during the duration of the contract (ie ruts in the grass, damage to the gravel pads, etc). 8. Price quote: The contractor will provide a "per unit" quote to account for increases and/or decreases of ECU units used throughout the year. Fuel cost will be based on a price per gallon quote. Dates may shift based on state and federal training schedules, incidents, and conflicts. Billing must be adjusted accordingly. Physical Location: Camp Ravenna Joint Military Training Center, 1438 State Route 534 SW, Newton Falls, Ohio 44444-8503. CLIN 0003: Tow Behind Light Towers: Delivery, service (to include maintenance) and pick up eight each 4 lamp, tow behind Light Towers with diesel powered engines. Request to be delivered and staged 1. Final dates will be provided to the contractor 7 days prior to the start of the training exercise. 2. The contractor must be available to contact 24 hours a day and able to service all equipment within two (2) hours of notification of a problem. 3. Contractor is responsible for repairing any damage made or done during the duration of the contract (ie ruts in the grass, damage to the gravel pads, etc). 4. Price quote: The contractor will provide a "per unit" quote to account for increases and/or decreases of light sets used throughout the year. Fuel cost will be based on a price per gallon quote. Dates may shift based on state and federal training schedules, incidents, and conflicts. Billing must be adjusted accordingly. Physical Location: Camp Ravenna Joint Military Training Center, 1438 State Route 534 SW, Newton Falls, Ohio 44444-8503. CLIN 0004: Multi-Temperature Refrigerated System: a. Delivery, pick-up, staging, power generation (to include fuel and maintenance), and service one (1) each, 53 foot refrigerated system with diesel powered engine for storing refrigerated perishable and semi-perishable ration components. Refrigerated system must simultaneously maintain both freezer and refrigerator temperature ranges. b. Delivery, pick-up, staging, power generation (to include fuel and maintenance), and service one (1) each, 53 foot freezer system with diesel powered engine for storing frozen ration components. 3. The contractor must be available to contact 24 hours a day and able to service all equipment within two (2) hours of notification of a problem. 4. Contractor is responsible for repairing any damage made or done during the duration of the contract. (ie ruts in the grass, damage to the gravel pads, etc.) Physical Location: Camp Ravenna Joint Military Training Center, 1438 State Route 534 SW, Newton Falls, Ohio 44444-8503. CLIN 0005: Portable Toilets 1. Provide, install, move, and service portable toilets daily to accommodate the Soldiers at a 20:1 ratio with complete interior sanitation, liquid hand sanitizer, toilet tissue, and removal of waste and gray water during training operations at Camp Ravenna Joint Military Training Center for Training Year 2015 contract bid. 2. Project Scope: Provide porta-toilet units, placed at various areas at Camp Ravenna. Camp Ravenna Joint Military Training Center is a remote 32 square mile training area with improved and unimproved roads. This number may change weekly, depending on expected usage during the month. a. Units must have doors with locks that can be secured from the outside, as well as inside, and hand sanitizer dispensers inside each unit. b. Units shall be cleaned, sanitized, with waste removal service once per week, Monday through Friday, between the hours of 7:00 am and 4:30 pm. Advance notice and photo identification shall be required to gain admittance to Camp Ravenna. c. A point of contact (name and telephone number) must be provided in the event a situation arises over a weekend, where a representative from your company needs to be contacted to correct an issue that wasn't taken care of during the normal cleaning (i.e. paper goods are depleted, unit wasn't properly cleaned, units breaks, etc). d. Vendor will provide paper goods and chemicals as required and will properly dispose of waste materials. e. Additionally, intermittent emptying of customer owned gray-water tank may be requested. 3. Hand Wash Stations: The actual hand wash stations will be supplied on site by supported units. Contractor is responsible for servicing up to 10 hand wash stations. Servicing will consist of providing and replenishing paper towels, hand soap, providing and emptying waste containers and the cleaning of all hand wash stations daily. The contractor will add water and remove gray water as needed during operations 100% of the time. 4. Your quote must be prepared to state cost per unit per week. Invoices will be prepared monthly, based on the actual number of weekly cleanings performed during the prior month. List separately the charge for additional cleaning and advance notice required to provide unscheduled service. Quote must include any applicable delivery and removal charges, charges for relocation (utilizing your services) within Camp Ravenna after initial placement and the cost for emptying the gray-water tank. Physical Location: Camp Ravenna Joint Military Training Center, 1438 State Route 534 SW, Newton Falls, Ohio 44444-8503. CLIN 0006: 1. Project Scope: Provide the following services and equipment as turn-key operations for the Ohio Army National Guard to support Soldier and unit training at Camp Ravenna Joint Military Training Center (CRJMTC). A. Shower Trailer: Provide, install, power generation (to include fuel & maintenance), maintain, and service shower trailers (8-head trailers) with 4 sinks per each trailer. The required standard is 10:1 ratio (10 Soldiers per 1 shower-head). The contractor is responsible for cleaning all contracted shower trailers between 0800-1600 daily. No sewage system is available. The contractor is responsible for the containment and disposal of gray-water daily or as needed. Hot water for showers shall be at an appropriate temperature for comfortable use but shall not exceed 120F (49C) during operations 100% of the time. B. Sink Trailer: Provide, install, power generation (to include fuel & maintenance), maintain, and service sink trailers with mirrors (14-sink rooms) daily to accommodate the Soldiers at a 20:1 ratio (20 Soldiers per 1 sink. Servicing will consist of providing and replenishing paper towels, providing and emptying waste containers and the cleaning of all contracted sink trailers between 0800-1600 daily. No sewage system is available. The contractor is responsible for the containment and disposal of gray-water. Hot water for sink trailers shall be at an appropriate temperature for comfortable use but shall not exceed 120F (49C) during operations 100% of the time. 2. The contractor will provide a "per item" quote to account for potential future increases and/or decreases of items and services listed in Paragraph 1. 3. The contractor must be available to contact 24 hours a day and able to service all equipment within two (2) hours of notification of a problem. 4. Contractor is responsible for repairing any damage made or done during the duration of the contract. (ie ruts in the grass, damage to the gravel pads, etc.) 5. Price quote: The contractor will include cleaning supplies in their price quote. Fuel cost will be based on a price per gallon quote. Physical Location: Tactical Training Base (TTB) Camp Ravenna Joint Military Training Center, 1438 State Route 534 SW, Newton Falls, Ohio 44444-8503. Please include any additional overage charges, delivery-pickup charges, delivery fee in your quote. (VI) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VII) Quotes will be technically evaluated for conformance with the requirements of paragraph (V). Technical acceptance will be determined on a pass/fail basis. The government intends to award a Blanket Purchase Agreement (BPA) to the lowest priced technically acceptable quote without discussions. Multiple BPAs may be awarded to technically acceptable quotes without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (VIII) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (IX) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (X) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.212-2, Evaluation-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-36, Equal Opportunity for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-1, Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain internal Confidentiality Agreements-Representation (DEVIATION) 252.230-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) Representation (DEVIATION 2015-O0010) 252.204-7011, Alternative Line Item Structure 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XI) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FBO.gov web site. Offerors are requested to submit questions to the email address noted below not later than 12:00 P.M. EST, 19 April 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov). Email questions no later than 12:00 P.M. EST, 19 April 2016. All responsible sources may submit a response which, if timely received, must be considered by the agency. Emailed quotes/proposals will be accepted and is the preferred method. Quotes/Proposals are due no later than 12:00 P.M. EST, 21 April 2016. Email quotes/proposals to randy.d.reis.mil@mail.mil and/or mark.h.miesse.civ@mail.mil. Point of Contact for this solicitation is Randy Reis; randy.d.reis.mil@mail.mil, 614-336-7001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33/W91364-16-R-0007/listing.html)
- Place of Performance
- Address: The location and address for each service to be performed are the same. See CLINs 0001-0006-Physical Location., Newton Falls, Ohio, 44444, United States
- Zip Code: 44444
- Zip Code: 44444
- Record
- SN04075698-W 20160408/160406234948-af84ff322b869eccd3f4c1d47afc9b47 (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 |