SOLICITATION NOTICE
S -- BUCK ISLAND VAULT TOILET PUMPING
- Notice Date
- 7/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- NPS, SER - South MABO 33100 Tamiami Trail E Ochopee FL 34141 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS02119
- Response Due
- 8/14/2017
- Archive Date
- 8/29/2017
- Point of Contact
- Stefanos, Mary
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: P17PS02119 Posted Date: 19 Jul 17 Original Response Date: 14 Aug 17 Current Response Date: 14 Aug 17 Product or Service Code: S222 (Housekeeping- Waste Treatment/Storage) Set Aside: Total Small Business NAICS Code: 562991 (Septic Tank and Related Services) Contracting Office Address NPS, SER - South MABO 33100 Tamiami Trail E Ochopee, FL 34141 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, ¿Streamlined Procedures for Evaluation and Solicitation for Commercial Items, ¿ as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This acquisition is being conducted under the authority of FAR 13.5, Simplified Procedures for Certain Commercial Items and will be evaluated using the procedures in FAR 13.106-2, Evaluation of Quotations or Offers. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991, with a small business size standard of $7.5M. The South Major Acquisition Buying Office (MABO), 33100 Tamiami Trail E, Ochopee, FL 34141 is seeking pricing for the pumping of four vault toilets each consist of a maximum of 1500 gallon capacity. Two vaults consist primarily of solid waste and 2 of mostly liquids. Buck Island Reef National Monument consists of a small island containing approximately 176 acres of sub-tropical dry forest, and over 18,000 submerged acres. Buck Island is located about 1.5 miles from the main island of St. Croix, USVI. Contractor shall provide a labor, supervision, transportation, equipment, tools, etc necessary to pump vault toilets on Buck Island. There are two restrooms on the island, each consisting of 2 vaults (total of 4 vaults needing to be pumped). Contractor shall pump vault toilets for public use. The vaults (4 total) each consist of a maximum of 1500 gallon capacity. All locations are at the point of needing pumping. 2 vaults consist primarily of solid waste, and 2 of mostly liquids. Other forms of trash and debris may be present in the vaults (glass bottles, cans, feminine products and litter). Contractor is permitted to work Monday through Friday, from 7am to 4pm, excluding Federal Holidays. Working late, on weekends, or holidays may be permitted upon request at least 2 full work days in advance. Coordination with the park and/or project COR is required for advance notice before work can commence. Contractor shall pump units and dispose of waste in accordance with OSHA, territorial, local and federal laws and regulations. 2 vaults have approximately reached 95% capacity of mostly liquid (rain water has leaked in over time from failing seals). 2 remaining vaults consist of mostly solids in a non-slurry form at this time. Water may be added to vault to break down solids into a slurry form. No fresh water is available on the island. No power sources are available on the island. A remaining 6-12 inches of liquids/slurry may remain in vaults. Contractor shall verify site conditions and vault conditions and notify the COR immediately in writing of any differences between the existing conditions and contract documents. The contractor shall be responsible for all equipment and property used to complete the job. Overnight storage of any items on Buck Island, MAY be requested in writing to the COR before occurring/ receiving approval. Awardee shall submit a safety plan and general equipment, tools and spill prevention plan in a timely fashion such that materials may be ordered after approval without delaying the proposed work schedule. Awardee shall submit a work plan for type of vessel, equipment, containment items and any spill containment/ safety plan. Spill proof containment practices must be in compliance with State, Territory and Federal Laws. No vehicle access is permitted on beach area. No power or water is available on site. Park owned dock at Deidrichs beach may be used for vessel tying off. West Beach has no dock or pier, only beach. Minimal disturbance to both marine and terrestrial environments must be made to reduce any impacts to flora or fauna. The awardee shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the critical areas identified in this statement of work. The government will periodically evaluate the contractor ¿s performance in accordance with the statement of work. All interested companies shall provide a quote to include all applicable fees for the following: Supplies Item Description Qty U/I Unit Price Total Price 0010 Vault Toilet Pumping 4 ea ________ ___________ SITE INSPECTION: A site visit is scheduled for August 4, 2017, 2017 at 11:00am Tamarind Reef Resort, Spa & Marina, 5001 Tamarind Reef Christiansted, VI 00820. The purpose of this inspection is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. RSVPs are required by either emailing Mr Ritter at daniel_ritter@nps.gov or by calling his office at 340-773-1460 ext. 221. Any questions must be submitted in writing to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on Aug 7, 2017. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government's official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site inspection is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted. The period of performance is August 21, 2017 through November 19, 2017. Performance Period is approximately 90 days after receipt of order. FOB destination. The contractor shall perform under line item 0010 for Buck Island at the location specified below. Place of Performance, The toilet facilities are located on Buck Island, approximately 1.5 miles from St. Croix. One is located on West Beach, the other is on Diedrichs Beach on the southern shore. Award shall be made to the quoter whose quotation offers the best value to the Government per FAR 13.106-2. The Government may utilize published media and electronic government databases to obtain additional information regarding past performance. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, ¿Instructions to Offerors ¿Commercial Items ¿ (Jan 2017) 2. FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items ¿ (Jan 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items. ¿ If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, ¿Contract Terms and Conditions ¿Commercial Items ¿ (Jan 2017) -FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ (Jan 2017) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, unit price and extended price and date. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause) All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Aug 14, 2017 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on Aug 7, 2017 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS02119/listing.html)
- Place of Performance
- Address: Buck Island Reef National Monument St. Croix VI 00820 USA
- Zip Code: 00820
- Zip Code: 00820
- Record
- SN04585881-W 20170721/170719234922-fe314e8d4d30921810f3d0bd8828025f (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 |