Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2016 FBO #5505
SOLICITATION NOTICE

W -- RESTROOM TRAILER RENTAL - ATTACHMENT A- PRICE/COST SCHEDULE

Notice Date
12/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE06-17-Q-0008
 
Archive Date
1/17/2017
 
Point of Contact
Neddra Tucker, Phone: 337-263-4718, ,
 
E-Mail Address
neddra.tucker@fema.dhs.gov,
(neddra.tucker@fema.dhs.gov, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT A- PRICE/COST SCHEDULE COMBINED SYNOPSIS/SOLICITATION HSFE06-17-Q-0008 RESTROOM TRAILER RENTAL DESCRIPTION : This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The Department of Homeland Security Federal Emergency Management (FEMA) Joint Field Office (JFO) Baton Rouge, LA is releasing this combined synopsis/solicitation electronically only. This electronic version of the Request for Quote (RFQ) is the official version for this acquisition. This announcement constitutes the only solicitation; proposals are being requested. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing and received by the Contracting Office no later than 2:00 p.m., CST, Monday, December 19, 2016. No telephonic requests will be accepted. The email address for submission of all questions is Neddra.tucker@fema.dhs.gov. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS websites no later than 10:00 a.m. CST, Tuesday, December 20, 2016. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. NO EXCEPTIONS. Quotes are due no later than 12 noon CST on Wednesday, December 21, 2016. Offerors shall submit a copy of their quote and the Representations and Certifications (FAR 52.212-3). Solicitation Number HSFE06-17-Q-0008 is issued as a request for quote (RFQ) and is 100% set aside for Local Louisiana Small Businesses. The award will be a Firm Fixed Price multiple award Blanket Purchase Agreement (BPA). Award date is expected to be no later than Thursday, December 22, 2016. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) 2015-01. The NAICS code assigned to this project is 562991 "Septic Tank and Related Service," and the size standard is $5,000,000. The requirement is for the FEMA JFO DR-4277 LA, Baton Rouge and any related sites. STATEMENT OF WORK FOR FEMA DR-4277-LA RESTROOM TRAILER RENTALS I. Background The Federal Emergency Management Agency (FEMA) Joint Field Office (JFO) objective is to administer the full range of Stafford Act programs in an efficient and timely manner, and respond to emerging needs that are vital to Louisiana's recovery. This blanket purchase agreement (BPA) could be utilized at various FEMA sites in Louisiana to support disaster DR-4277-LA efforts. Individual task orders will specify the number of units for each requirement and the delivery location. II. Scope The contractor shall provide all equipment, personnel, transportation and supervision required to provide Portable Restroom Trailers specified in Section III. The order and quantity of restroom trailers will be on an as needed basis to the locations indicated on each task order issued in support of DR-4277-LA. Contractor shall provide cleaning of each unit based off of the frequency listed in each task order. Delivery of units shall be within forty-eight (48) hours of task order issuance. III. Material Specifications 2- 3 STALL RESTROOM TRAILER • Low volume ceramic toilets with pedal flush • Lavatory in vanity with mirror • Porcelain sinks with metered water faucets • Wall hung porcelain urinals with metered flush valve • Six-gallon electric water heater • Air conditioning with heat strip • Mounted paper towel & soap dispenser Standard Equipment and Features: • Instant hot or cold water for washing • 4′ x 10′ structural steel main I-beam frame with rear bumper • 7000 lb. axles with stud hubs and electric brakes; (6,000 lb. axles and leaf springs on 12′ and under) • 1.5″ x 1.5″ x 11′ gauge steel tubing floor joists; 16″ • 8,000-20,000 lb. tongue mounted frame jack • 2 5/16 ball hitch • Four 7,000 lb. leveling jacks (2000 lb. leveling jacks on units 12′ and under) • ST225/75/R15 LRD radial tires on trailers 12′ and under • ST235/80/R16 LRE radial tires on trailers 14′ and larger • Spare tire with mounting bracket • 2 x 6 wood entry/exit door frame • 87″ inside height with 16″ vertical studs • Solid high density plastic partitions and doors with transportation locks • Fluorescent light fixtures in restrooms and mechanical room • 11,000 BTU roof mounted A/C unit(s) (9,000 BTU on units 12′ and under) • 20 amp panel boxes located in onboard locking mechanical room • D.O.T. approved running lights • Entry/Exit deck lighting • Heavy-duty steel telescopic stairs with deck platform • Stainless steel fold out support handrails • Removable 1/2″ copolymer waste tank with cleanout and dipstick and tank monitor IV. Pricing The contractor shall price the line item for daily, weekly and monthly rental. Routine unit maintenance must be included in rental price of units. V. Period of Performance The period of performance shall be one (1) year from date of award with one (1) year options to exercise or cancel if at the best interest of the Government up to five (5) years. Contractor shall provide annual pricing for each option and can provide discount pricing from the base year. VI. Place of Performance The contractor shall provide the quantity of units as indicated on each task order issued in any of the twenty-two (22) parishes declared in DR-4277-LA. INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. Copies of delivery tickets are needed to support these invoices. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a). The clauses identified in paragraph (b) are included in the "Additional Terms and Conditions" attached to this posting. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Vendors must be currently registered and have a valid certification in the Online Representation & Certification Application (https://orca.bpn.gov) as well as have a current System for Award Management (SAM) at www.sam.gov before an award can be issued. Solicitation closing date is Wednesday, December 21, 2016. All quotes must be received by 12:00 noon Central Standard Time. Any questions pertaining to this solicitation must be addressed to: neddra.tucker@fema.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFE06-17-Q-0008/listing.html)
 
Place of Performance
Address: Louisiana, United States
 
Record
SN04354517-W 20161219/161217233028-777c8829e725bf32fa0520199b56004a (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.