SOLICITATION NOTICE
S -- Sludge pumping IDIQ for Mount Rainier National Park
- Notice Date
- 4/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
- ZIP Code
- 00000
- Solicitation Number
- 140P8318Q0030
- Response Due
- 5/7/2018
- Archive Date
- 5/22/2018
- Point of Contact
- Hoversten, Hal
- E-Mail Address
-
hal_hoversten@nps.gov
(Hal_Hoversten@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Quotes 1408318Q0030 Sludge Pumping for Mount Rainier National Park GENERAL INFORMATION: This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a single firm fixed-price indefinite delivery/indefinite quantity (IDIQ) contract with a base year plus four option years as a result of this combined synopsis/solicitation to single offeror providing the best value to the Government. This announcement constitutes the only solicitation issued as a Request for Quotation (RFQ) 1408318Q0030 for pumping services throughout Mount Rainier National Park, WA. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective 01-24-2018 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is being solicited under full and open competition. Any resulting IDIQ contract task orders will be subject to the Service Contract Act wage determinations effective at that time. Interested offerors must be registered and have completed representations and certifications in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/portal/SAM/. The Government reserves the right to cancel this solicitation. REQUIREMENT: The contractor shall provide all labor, material, equipment and transportation in order to successfully provide the following services, as described below: The purpose of this IDIQ contract is for the removal of human waste from facilities at Mount Rainier National Park. The contractor is required to pump, haul and dispose of waste from wastewater treatment plants, septic tanks (two of which require auxiliary booster equipment as described below), vault toilets and tanks at multiple locations throughout the Park. The following table identifies all currently known sites that will potentially require pumping one or more times during the contract period. The Park reserves the right to add facilities that may have been missed during the development of this list, or in the event that a new facility is constructed or installed. The Park operates four wastewater treatment plants. Aerobically digested sludge from the treatment plants is processed in compliance with WAC173-308-295. The plants are located at the locations listed below; annual estimated quantities pumped are listed in the adjacent column: Plant Description; Location; Estimated Yearly Sludge Quantity (gal) Longmire 19 mi. East of Elbe, WA on SR 706 extended 10,000 Ohanapecosh 8 mi. Northwest of Packwood, following SR 12 to SR 123 5,000 Paradise 32 mi. East of Elbe, WA on SR 706 extended 50,000 Tahoma Woods 4 mi. East of Elbe, WA on SR 706 extended 2,000 Estimated Total annual digester pumping 67,000 The following septic tanks are pumped annually, and are located Park wide; tank locations, sizes and annual estimated quantities pumped are listed below: Tank Description; Location; Tank Size (gal); Est. Yearly Quantities Pumped (gal) Ohanapecosh Campground A Loop Septic Tank 8 mi. Northwest of Packwood, following SR 12 to SR 123; 10,000; 1,000 White River Entrance Comfort Station Septic Tank 5 mi. West on Sunrise Road from SR 410; 1,000; 2,000 White River Entrance Area Septic Tank 16 mi. West on Sunrise Road from SR 410; 6,000; 2,000 White River Campground Comfort & Ranger Stations/6 tanks 11 mi. West on Sunrise Road from SR 410; 1,500; 800 Estimated Total annual septic tank pumping 5,800 The following campground has septic tanks which are pumped on a three year cycle. They were last pumped in 2011. Tank Description; Location; Tank size (gal); Est. 3 Yearly Quantities Pumped (gal) Cougar Rock Campground & Picnic area Comfort Stations/9 vaults 22 mi. East of Elbe on SR 706 extended; 1,500 ea.; 1,000 ea. Cougar Rock Campground Ranger Station 22 mi. East of Elbe on SR 706 extended; 2,300; 1,500 Cougar Rock Campground RV dump Station 22 mi. East of Elbe on SR 706 extended; 2000; 500 Box Canyon Campground Comfort Station 10 mi. West on SR 123 from Stevens Canyon entrance; 7,700; 2,000 Grove of the Patriarchs Comfort Station 200 yds. From entrance booth on SR 123; 5,000; 3,000 Narada Falls 28 mi. East of Elbe; 1,500; 1,500 Estimated Total septic tank pumping (3 yr cycle); 9,500 The following structures have septic tanks which are pumped on a seven year cycle. They were last pumped within the last 3 years. Tank Description; Location; Tank size (gal); Est. 7 Yearly Quantities Pumped (gal) N001 Nisqually Ranger Station 13 mi. East of Elbe, WA on SR 706 extended; 750; 500 Oscar Brown Cabin; 1,000; 500 N101 Residence; 750; 500 N102 Residence; 750; 500 Estimated Total septic tank pumping (7 yr cycle); 2,000 The following two septic tanks require use of a booster pump or other means of pump assistance due to the distance or elevation from the vault to an easily accessible roadway: Tank Description; Location; Tank Size (gal); Est. Yearly Quantities Pumped (gal) Sunrise Area Septic 16 mi. West on Sunrise Road from SR 706; 30,000; 12,000 Ohanapecosh Campground F Loop 8 mi. Northwest of Packwood, following SR 123 towards SR 410; 7,000; 5,000 Box Canyon Picnic Area Comfort Station 10 mi. West of Stevens Canyon Entrance on SR 123; 4,200; 3,000 Estimated Total annual septic tank pumping; 20,000 Vault tanks are located at the following locations: Tank Description; Location; Tank Size (gal); Est. Yearly Quantities Pumped (gal) Carbon River Entrance/2 vaults 8 mi. East of Wilkeson, WA on SR 165; 1,500; 3,000 Kautz Creek Picnic Area/2 vaults 16 mi. East of Elbe, WA on SR 706 extended; 1,500; 6,000 Mowich Lake Picnic Area/2 vaults 16 mi. East of Wilkeson, WA on SR 165 (unpaved roadway); 1,500; 3,000 Sunrise Comfort Station/2 vaults 16 mi. West on Sunrise Road from SR 410; 1,500; 5000 Tipsoo Lake Picnic Area/2 vaults 4 mi. West of Cayuse Pass on SR 410; 1,500; 6,000 Estimated Total annual vault pumping; 23,000 The contract is a requirements contract that guarantees that the minimum amount of waste to be pumped by the contractor each year will be 90,000 gallons and the maximum will be 250,000 gallons. The prices shall be quoted at a cost per gallon of removed waste. The per gallon cost shall be inclusive of all activities necessary to remove waste from the identified park facilities, including, but not limited to drive time, fuel, vehicle maintenance, Personal Protective Equipment, licensing, safety and spill prevention plan development, and disposal costs. The vendor shall bill for services solely as a cost per gallon, and no other costs will appear on the submitted invoices. One consolidated monthly invoice will be submitted via the online IPP.gov payment platform. Upon notification of a pumping requirement, the contractor shall pump treatment plants, septic tanks, and oil/ water separator pumping within seven calendar days of notification by the designated park employee, and vault and/ or pit toilets within four calendar days. There may be occasions where pumping is required on an emergency basis. The contractor shall include pricing for emergency pumping that would occur within forty-eight hours of notification by the park. Emergency pumping will be necessary approximately 5 times per year. The following Park employees are authorized to place orders for pumping services: Primary Contact: Micah Henderson (360) 569-6716 Alternate Contact: Shelly Darrah (360) 569-6722 It is recommended that the contractor attempt to perform pumping early in the day, or later in the afternoon to avoid peak visitation hours between June and mid-September. It is the contractor's responsibility to remove any items that could cause damage to pumping equipment from the tank or vault prior to initiating pumping. In some cases, the addition of water may be necessary to insure that all solid waste is removed. It is the contractor's responsibility to provide any water required. All locks and septic tank riser lids shall be secured after pumping has been completed. During pumping operations, the contractor shall cone off the area to minimize the risk of interruption by park staff, or visitors. The contractor shall make an effort to be efficient with trips into the park. If in the course of emptying a septic tank or vault toilet space remains in the truck, the contractor shall fill the remaining space in the truck from the next nearest vault toilet, if feasible. All sludge removed from the Park under this contract shall be disposed of by the contractor in accordance with Federal, Washington State (WAC 173-308) and local regulations. The wage determination under SCA WD 15-5539 applicable to the start date of the current base or option year is applicable until the end date of the current year. It is the responsibility of the contractor to act in accordance with these regulations. Prior to any work being accomplished on this contract, the contractor will provide documentation to the Park of the locations and names of the Certified Waste Water Treatment Facility that will receive the pumped wastewater. The contractor shall provide the Park with copies of receipts from the location(s) at which the sludge is disposed upon request, or on a quarterly basis, whichever comes first. The contractor shall provide notification of pumping completion to the Contracting Officer's Representative by phone, text or e-mail on the day of completion. A hardcopy itemized ticket shall be provided within one week of pumping. A combined monthly invoice in the form of a PDF referencing the itemized tickets shall be submitted through the IPP at the end of every month for payment. Email quotes to Hal Hoversten, Contracting Officer, at: hal_hoversten@nps.gov Phone number for inquiries is (360) 569-6542. No Hardcopies will be accepted. Quotes must include, at a minimum the following items: 1) Completed Price Schedule; 2) Past Performance; List of at least two references, for work that most closely resembles the type of services called for in this solicitation. Provide a brief summary of the septic pumping service work, dollar amount, dates, contact names, phone numbers addresses and email (if available) for each reference. 4) Contractors remittance address, DUNS number, and federal tax identification number; 5) Name, phone number, and address of your point of contact; 6) Signature of official authorized to bind your organization. Submittals shall include -Safety Plan -Spill Prevention & Cleanup Plan -Documentation of approved disposal facilities utilized -Contractors shall be required to register and submit consolidated monthly invoices in the form of a PDF via the Department of the Treasury's Internet Payment Platform (IPP): https://www.ipp.gov Options will only be exercised upon the contractor's successful performance of the base contract period or prior option period. It is the unilateral right of the Government to exercise and award options and they are subject to the availability of funds. The offeror shall submit a per gallon quote for pumping services as described below. Complete the below price schedule and submit with your quote for the base and all option years. Description Unit of Measure Unit Total Line 010 Base year (May 10, 2017 to April 30, 2018) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Vault pumping Gallon EA $_______ D. Pumping with aux equip Gallon EA $_______ E. Emergency pumping Gallon EA $_______ Line 020 Option period #1 (May 1, 2018 to April 30, 2019) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Vault pumping Gallon EA $_______ D. Pumping with aux equip Gallon EA $_______ E. Emergency pumping Gallon EA $_______ Line 030 Option period #2 (May 1, 2019 to April 30, 2020) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Vault pumping Gallon EA $_______ D. Pumping with aux equip Gallon EA $_______ E. Emergency pumping Gallon EA $_______ Line 040 Option period #3 (May 1, 2020 to April 30, 2021) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Vault pumping Gallon EA $_______ D. Pumping with aux equip Gallon EA $_______ E. Emergency pumping Gallon EA $_______ Line 050 Option period #4 (May 1, 2021 to April 30, 2022) A. Treatment plant pumping Gallon EA $_______ B. Septic tank pumping Gallon EA $_______ C. Vault pumping Gallon EA $_______ D. Pumping with aux equip Gallon EA $_______ E. Emergency pumping Gallon EA $_______ Insert your business name: _______________________________________, DUNS number: _________________________, Point of contact e-mail: __________________________________________ and My business is registered in SAM __yes __no (check one); We have completed the online representations and certifications therein __yes __no (check one). My business is registered in IPP __yes __no (check one); Submit a minimum of two past performance references for similar work. The provision at 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this offer- the selected offeror must submit a completed copy of the listed representations and certifications. The clauses at FAR 52.212-4, contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, to include the following clauses sited and incorporated by reference: FAR 52.203-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34 and the following clauses in paragraph (c) 52.222-41, 52.222-55. FAR clauses 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.216-27 Single or Multiple Awards, 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.232-19 Availability of Funds for the Next Fiscal Year, 52.232-39 Unenforceability of Unauthorized Obligations, and 52.232-40 Providing Accelerated Payments to Small Business Subcontractors also apply. Solicitation provisions that apply: 52.204-7, System for Award Management, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-18 Commercial and Government Entity Code Maintenance, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. Other specific clauses include: 1452.201-70 Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. 1452.228-70 Liability Insurance Department of Interior (July 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $500,000.00 each person $500,000.00 each occurrence $500,000.00 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancelation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. DOI AAAP-0028 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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: Copy of vendor invoice in Adobe Acrobat (PDF) format 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) prior to the contract award date, but no more than 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. 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 quotes: 1) Price; 2) past performance. Evaluation factor of past performance is approximately equal to price. 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government ¿s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) The Government reserves the right to cancel this RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8318Q0030/listing.html)
- Record
- SN04892196-W 20180419/180417230849-42066511115f54f66f1116b651b54c6b (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 |