Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

W -- Camp Support Services

Notice Date
6/25/2020 12:03:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
20200910
 
Response Due
7/2/2020 12:00:00 AM
 
Archive Date
12/29/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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. The solicitation number is 20200910 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998 with a small business size standard of $7.50M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-07-02 15:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Trash Removal and Dumpsters (LSA Port Arthur, TX). Responsive contractors will be required to provide for dumpsters and trash removal in support of and from the Port Arthur Life Support Area. Number of dumpsters will be 1 each dumped daily. Size of dumpster will need to be 30 Yards. Period of Performance will be: 10 September � 16 October 2020., 1, EA; LI 002: Trash Removal and Dumpsters (Port Arthur, Motor Pool). Responsive contractors will be required to provide for dumpsters and trash removal in support of and from the site of the Port of Port Arthur, TX. Contractor will be expected to empty dumpster(s) twice per week. Spreadsheet providing locations and dates needed will be attached in document titled �JRE 2020 Service Timeline�. A 20 yard, roll-on, roll-off type. Measurements would be at least 7�9� high by 8� wide, by 22� long. Period of Performance will be: 10 September � 16 October 2020., 1, EA; LI 003: Hand Washing Stations (LSA Port Arthur, TX). The contractor will provide and service hand sanitation stations. Hand sanitation stations will require daily service to refill hand antiseptics when servicing chemical latrines. Quantity, location, and dates will be per the attached spreadsheet �JRE 2020 Service Timeline�. Period of Performance will be: 10 September � 16 October 2020., 28, EA; LI 004: Hand Washing Stations (Port Arthur Motor Pool). The contractor will provide and service hand washing stations. Hand washing stations will be cleaned and serviced every day. Paper towels, soap, and grey water removal need to be part of the daily service included. Hand wash stations will be in accordance with OSHA 29 CFR 1910.142(f) (1) (i). See Excel Spreadsheet �JRE 2020 Service Timeline� providing quantity, locations and dates needed will be attached. Locations will be at each grey water removal point. Period of Performance will be: 10 September � 16 October 2020., 21, EA; LI 005: Power Generation (LSA). Contractor will provide power generation. Power requirements are for all sleeping tents and all other facilities that require power. Contractor will deliver, setup, maintain (to include fueling, maintenance and wiring), and remove all power generation equipment once contract is complete. Contractor will provide fuel for the generators and will estimate the fuel cost prior to contract agreement. The service requested will be to refuel generators on the Port Arthur LSA. Contractor will be available to respond to service calls for maintenance within two (2) hours once notified. Contractor will place generators at a minimum of 30 � 50 feet away from all tents. Emplacement of any grounding rods, anchors, or other accessories into the ground on Port Arthur may require an approved dig permit and confirmation of non-interference with existing underground utilities. Contractor will establish power generation by 10 September through 16 October 2020 (Period of Performance). Contractor will be available to respond to service calls for maintenance within two (2) hours once notified. Contractor will place generators at a minimum of 30 � 50 feet away from all tents. Emplacement of any grounding rods, anchors, or other accessories into the ground on Fort Hood requires an approved dig permit and confirmation of non-interference with existing underground utilities. POC for dig permits at Ft. Hood will be provided at contract award. Dig permits take approximately 14 business days to obtain and require coordination with the COR. Contractor will establish power generation by 4 April 2019 and be operational through 21 April 2019 (Period of Performance)., 1, EA; LI 006: Setup and Breakdown (LSA Port Arthur). Contractor will be responsible for the erection, maintenance, and clearance of all facilities, to include wiring and hookup. Contractor will be responsible for removal of all debris, trash, and materials from the site. Upon completion of the exercise, contractor will be responsible for the return of sites to their original state. Set up must be completed with approved schedule, see spreadsheet for dates of services that is attached to this solicitation. Breakdown should be completed within 10 days after period of performance (26 October 2020) of contract is complete., 1, EA; LI 007: Setup and Breakdown (Port Arthur Motor Pool). Contractor will be responsible for the erection, maintenance, and clearance of all facilities, to include wiring and hookup. Contractor will be responsible for removal of all debris, trash, and materials from the site. Upon completion of the exercise, contractor will be responsible for the sites to return to their original state. Breakdown should begin the day after the period of performance ends (16 October 2020) for field activities., 1, EA; LI 008: Portable Chemical Latrines (Port Arthur Motor Pool). The contractor will service and provide chemical latrines. ALL chemical Latrines will be cleaned and serviced in accordance with attached service schedule. Toilet paper needs to be included as part of the service and quantities maintained throughout exercise. Government will provide guidance for placement following the completion of the site survey at Port Arthur, TX. Placement will be coordinated with the COR. IAW FM 21-10 (Field Hygiene and Sanitation) we will need the Chemical Latrines to be at least 300 feet from Dining Facility. Contractor will have chemical latrines available for use on 10 September 2020 and be operational through 16 October 2020. Quantity and location of chemical latrines is identified in the attached excel spreadsheet �JRE 2020 Service Timeline�., 1, EA; LI 009: Portable Chemical Latrines (LSA Port Arthur). The contractor will service and provide chemical latrines. ALL chemical Latrines will be cleaned and serviced in accordance with attached service schedule. Toilet paper needs to be included as part of the service and quantities maintained throughout exercise. Government will provide guidance for placement following the completion of the site survey at Port Arthur, TX. Placement will be coordinated with the COR. IAW FM 21-10 (Field Hygiene and Sanitation) we will need the Chemical Latrines to be at least 300 feet from Dining Facility. Contractor will have chemical latrines available for use on 10 September 2020 and be operational through 16 October 2020. Quantity and location of chemical latrines is identified in the attached excel spreadsheet �JRE 2020 Service Timeline�., 1, EA; LI 010: Portable Showers (Trailers/Units) (LSA Port Arthur). The contractor will provide shower trailers serviced based off provided spreadsheet �JRE 2020 Service Timeline� throughout LSA Port Arthur sleeping area. ALL shower trailers will be cleaned and serviced every day. Government will provide guidance for placement following the completion of the site survey at Port Arthur, TX. Placement will be coordinated with the COR. Contractor will have showers available for use on 10 September 2020. See excel spreadsheet for locations and dates., 30, EA; LI 011: Laundry Services (LSA Port Arthur). The contractor will provide laundry services delivered based off provided spreadsheet �JRE 2020 Service Timeline� located at LSA Port Arthur, TX. Laundry pick up will take place at 1500 each day and clean laundry delivery will take place at 0800 each morning. Contractor will provide a detailed plan on how laundry bags will be tracked and property integrity will be ensured. Government will provide guidance for drop off/pick up location following the completion of the site survey at Port Arthur, TX. Placement will be coordinated with the COR. Contractor will have laundry service available for use from 14 September � 12 October 2020., 1, EA; LI 012: Sleep Tents (LSA Port Arthur). Each tent will provide 60 square foot of space per soldier to allow for effective spacing between billet locations amid COVID-19 spacing requirements. A minimum of 7 feet will be ensured between sleep locations. The site will sustain both male and female Soldiers in order to support the population on LSA Port Arthur. All tents will include fire extinguishers (TYPE C) in each tent IAW AR 385-10. The sleeping tent will include lights (a minimum illumination of 30 foot candle at table height), minimum of one (1) (2-receptacle) 110 volt outlet per four (4) cots evenly spaced on the wall, and HVAC to sustain 68-72 degrees. The Contractor will be responsible for erecting and dismantling of the sleeping tents as well as maintaining the operation of lights, HVAC, and power generation. Sleeping tents will be able to withstand wind gusts of 75mph. Sleeping tents will have 3/4� plywood floor placed on 4�x 4�stringers or 1� plastic/composite flooring. Floor should be raised in order to prevent flooding. Please state in your proposal the type of flooring that will be used. Bare floors will not be acceptable. All sleeping tents will be clear span, pole or other technically acceptable alternative and must be separated by gender. Contractor will provide tent space to sleep 650 soldiers of tented billeting. Out of the 650 Soldiers, approximately 195 will be female and require separate sleeping tent(s). Contractor will have sleeping tents ready for occupancy from 10 September � 16 October 2020., 5, EA; LI 013: Dining Tents (LSA Port Arthur). Each tent will provide 10000 square foot of space for Soldiers to serve food and eat during the period of performance. Tents will have flooring that is drainable and washable. Tents will be outfitted with lights, power generation and climate control. Contractor will maintain and refuel all power generation and climate control equipment as needed. Contractor will have dining tents ready for occupancy from 10 September � 16 October 2020., 2, EA; LI 014: Light Towers (Port Arthur (Sleeping Area and Motor Pool). Contractor will provide 24 light towers located in the life support area from 10 September � 16 October 2020. Government will provide guidance for placement of light towers following the completion of the site survey at Port Arthur, TX. Placement will be coordinated with the COR. Contractor will provide fuel for light sets and will refuel throughout the exercise on a daily basis prior to nightfall. Period of performance is 10 September � 16 October 2020., 24, EA; LI 015: Grey Water Disposal (LSA Port Arthur). Contractor will provide at least 1000 gallons of grey water storage containment located at the field feeding area for wastewater from cooking. Containment will be emptied every other day scheduled in accordance with the JRE 2020 Service Timeline spreadsheet., 1, EA; LI 016: Bulk Ice (LSA Port Arthur). Contractor will provide and deliver bulk ice throughout the period of performance. The amount required per day is 25,000 pounds of ice. Contractor will begin bulk ice deliveries on 10 September 2020 and continue until 16 October, 2020., 900000, LBS; LI 017: Refrigeration Vehicles (LSA Port Arthur). Contractor will provide three 26 foot refrigeration trucks. At a minimum, one of the three trucks must be specific to frozen food items while the other two must be specific for standard refrigeration. Trucks will be able to be operated by military personnel if needed. Contractor will provide maintenance or replacements for refrigerated trucks in the event of mechanical failure or failure of refrigeration systems. Contractor will provide fuel for vehicles as needed. Trucks will be made available by the Contractor from 10 September through 16 October 2020., 3, EA; LI 018: Contractor Manpower Reporting Application (CMRA). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://www.ecmra.mil/Default.aspx The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative; (2) Contract Number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor�s name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending May 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor�s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award SmFENSE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a44940fd7b241feb8943005a68abece/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05702776-F 20200627/200625230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.