Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SOLICITATION NOTICE

W -- 2-162 Latrines Aug Annual Training

Notice Date
8/6/2020 10:15:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
W7NW USPFO ACTIVITY OR ARNG SALEM OR 97309-5047 USA
 
ZIP Code
97309-5047
 
Solicitation Number
11513183
 
Response Due
8/12/2020 2:00:00 PM
 
Archive Date
08/27/2020
 
Point of Contact
Phillip Chik, Phone: 5035843784
 
E-Mail Address
phillip.l.chik2.civ@mail.mil
(phillip.l.chik2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This amendment is extending the closing date to 12 August.� No other changes to the solicitation. Acknowledge this amendment when you submit your quote. Notice type: Combo Synopsis Posting date: 21 July 2020 Response date: 12 August 2020 Classification code: W-Lease or Rental of Equipment NAICS code: 562119 FSC: W099 Solicitation #: 11513183-0001 SET Aside-����� Total Small Business Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation is No. 11513183 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 12 August 2020 2:00 p.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. American Industry Classification System (NAICS) code for this acquisition is 561210. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following services: I.���������� Overall Concept and Address SPECIFICATIONS: The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary in support of 2-162 IN Annual Training (AT) to be conducted at Warrenton, OR, Camp Rilea Training base for the following . Location: Camp Rilea 33168 Patriot Way, Warrenton, OR, 97146 See Delivery Schedule and Strip Map for delivery Grids Event Dates: 17 August - 26 August 2020 CHEMICAL TOILETS and Hand Wash Stations w/ Service as indicated below CLIN 0001 Chemical Toilets �ONE (1) Job����������������� Provide 17 toilets per PWS CLIN 0001 TOTAL $ ������������������������������������������������������������������������������������������������������� CLIN 0002-Hand Wash Station-ONE (1) Job Provide 8 hand wash stations per PWS CLIN 0002 $ ������������������������������������������������������������������������������������������ CLIN 0003- Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see requirement below) or indicate �No Charge�. � CLIN 0003 TOTAL $ ������������������������������������������������������������������������ PROPOSAL TOTAL $ ������������������������������������������������������������������������������������������ Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with at total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Clause 52.219-14 -- Limitations on Subcontracting By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards and is determined responsible in accordance with FAR Part 9. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their quote any time before the due date to: Phillip Chik Contract Specialist, USPFO for Oregon P&C p hillip.l.chik2.civ@mail.mil 503-584-3435 and Brian Johnson Contracting Officer brian.m.johnson110.civ@mail.mil 503-584-3763 Introduction � The contractor shall provide all equipment, material, labor, supervision; supplies and items necessary in support of the Oregon Army National Guard�s Annual Training (AT) to be conducted at Camp Rilea (CRO) near Warrenton, OR. Contractor shall coordinate with the Government Contracting Officer Representative (COR) for ALL movement of vehicles and personnel onto CRO. This training exercise includes restricted areas. Although these areas will be clearly marked, it will be imperative for the contractor to validate routes for movement on CRO. Safety is the first consideration of all training activities. General � Requirements include portable chemical toilets and hand washing stations services in support of the Annual Training for the 2-162 IN BN. The contractor shall coordinate with the Government COR for all site access, deliveries, set-up, maintenance and removal necessary to comply with the requirements of this contract.� The contractor will be required to respond to specific emergency maintenance issues related to these requirement 24 hours a day, 7 days a week during the performance period of this contract. Non-functional equipment shall responded to within 2 hours and fixed within 8 hours. Equipment that cannot be repaired must be replaced within 24 hours. The contractor is authorized to occupy a tent or trailer at CRO. Contractor is also authorized to have a representative at the training site if they so desire to respond to any emergency or maintenance issues. Location of contractor tents / trailer will be determined by the Government COR. The contractor�s tent/trailer must be self-sustaining. Contractor will be able to use shower facilities at training site if necessary. The Government desires to have the training site set-up and ready for use the morning that training commences on 17 AUG 2020 CRO. Unless otherwise noted the delivery schedule will conform to the following dates and times: 2-162 IN BN: Delivery/set-up dates: NET 1600hrs 16 August 2020 and NLT 0700hrs 17 August 2020 Dates of Service: 17-26 August 2020 Removal date: NET 0900hrs 27 August 2020 and NLT 1200hrs 27 August 2017 The contractor will need to relocate or remove equipment in-between dates of service. Space to relocate equipment is available on CRO via coordination with base operations. � The contractor shall establish a call system for service calls/requests to include availability of phone and email. Emergency phone numbers3 shall be provided to the COR by 10 AUG 2020 for 2-162 IN BN. Requirements: � Portable Chemical Toilets and Hand Washing Stations: Provide seventeen (17) outdoor style portable chemical toilets and eight (8) portable hand washing stations to support 140 Soldiers. Respond to requests for emplacement within 24 hours. Clean and service inside and outside of all units every other day or more frequently as needed to where they are free of all human waste, soiled toilet articles and dirt. After emptying the units the contractor shall refill each unit with standard commercial sanitizing chemicals and enough toilet paper to last until the next scheduled service. Hand washing stations will be serviced (to include paper towels, soap, refilling water, etc) at the same interval as the portable chemical toilets. Hand washing stations are to be filled completely (100%) at the start-up of the exercise and remain no less than 50% filled during the remainder of the exercise. Hand washing stations shall never run out of water to ensure that sanitary conditions are met in a field environment. Gray water will not be allowed to drain on the ground; gray water removal will be performed by the contractor. The contractor shall maintain material safety data sheets (MSDS) in the contractor�s vehicle for all applicable material used in the performance of this service. The contractor shall provide all labor, equipment, tools, materials, supervision and services necessary in connection with delivery, service and pick up of chemical latrines and hand washing stations at the COR. When more than one unit is positioned at any location, the contractor shall place the units as close together as feasible for user convenience and organized appearance. The contractor shall use appropriate tie-down systems as necessary to ensure all units are secured in designated locations to prevent high winds from toppling them over. The contractor shall furnish replacement units for all units removed for maintenance, repair or units that have toppled over. The chemical latrines will be repositioned, as requested, in a phased manner throughout the training area. The contractor shall relocate portable toilets as directed by the Government COR not to exceed 13 moves during the exercise. The movement of portable chemical toilets will be requested 24 hours in advance. The contractor shall dispose of all waste at an off-post location. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for any permits or fees associated with the use of off-post disposal locations. Performance Standard � Portable Chemical Toilets 17 portable toilets placed using the delivery schedule provided in attachment 1. 13 portable toilets will be delivered with delivery 1 4 portable toilets will be delivered with delivery 2 13 portable toilets will be moved with delivery 3 13 portable toilets will be moved with delivery 4 Vendor performs service of the portable toilets every two days Vendor provides restocking and filling every two days Response to requests for emplacement or changes will be accomplished within 24 hours of request Delivery 1 Usage dates: 17 thru 22 August 2020 Delivery date: NET 1600hrs 16 August 2020/NLT 0700 17 August 2020 Set-up date: NET 1600hrs 16 August 2020/NLT 0700 17 August 2020 Removal date: 23 August 2020 Delivery 2 Usage dates: 21 thru 22 August 2020 Delivery date: 21 August 2020 Set-up date: 21 August 2020 Removal date: 23 August Delivery 3 Usage dates: 23 thru 26 August 2020 Delivery date: 23 August 2020 Set-up date: 23 August 2020 Removal date: 26 August 2020 Delivery 4 Usage dates: 26 August 2020 Delivery date: 26 August 2020 Set-up date: 26 August 2020 Removal date: 27 August 2020 Portable Hand Wash Stations 8 portable hand wash stations placed using the delivery schedule provided in attachment 1 6 portable hand wash stations will be delivered with delivery 1 2 hand wash stations will be delivered with delivery 2 5 hand wash stations will be moved with delivery 3 6 hand wash stations will be moved with delivery 4 Vendor performs service of the hand wash stations every two days Vendor provides restocking and filling every two days Response to requests for emplacement or changes will be accomplished within 24 hours of request Delivery 1 Usage dates: NET 1600hrs 16 August 2020/NLT 0700 17 August 2020 Delivery date: NET 1600hrs 16 August 2020/NLT 0700 17 August 2020 Set-up date: 17 August 2020 Removal date: 23 August 2020 Delivery 2 Usage dates: 21 thru 22 August 2020 Delivery date: 21 August 2020 Set-up date: 21 August 2020 Removal date: 23 August Delivery 3 Usage dates: 23 thru 26 August 2020 Delivery date: 23 August 2020 Set-up date: 23 August 2020 Removal date: 26 August 2020 Delivery 4 Usage dates: 26 August 2020 Delivery date: 26 August 2020 Set-up date: 26 August 2020 Removal date: 27 August 2020 Contracting Manpower Recording Act (CMRA): The Contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at h ttp://www.ecmra.mil Unit Identification Code (UIC) for the Requiring Activity: W90KNA Issuing Office DoDAAC: W912JV Antiterrorism/Operations Security Requirements: � All delivery drivers shall be able to provide a valid driver's license, valid vehicle registration, and valid vehicle insurance to post security in order to the site. All contracted employees and subcontracted employees will be required to pass the required training below in order to come and go off site or remain onsite for the duration of the requirement. AT Level I Training: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR and to the contracting officer, NLT 10 AUG 2020 for 2-162 IN BN. AT Level I awareness training is available at the following website: http://jko.jten.mil. 5.3 iWATCH Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. There will be an AT/OPSEC handout for the contractor to review and a student log for the contractor to sign to complete this requirement. This training shall be completed and the results reported to the COR and the contracting officer NLT 10 August 2020 for 2-162 IN BN. Deliverables: Delivery Schedule Emergency phone numbers Portable Chemical Toilets and Hand Washing Stations AT Level I Training iWATCH Training 5.0 Unit Identification Code (UIC) for the Requiring Activity: W90KNA Issuing Office DoDAAC: W912JV
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4208404313fa43beab281134557d41ad/view)
 
Place of Performance
Address: Warrenton, OR 97146, USA
Zip Code: 97146
Country: USA
 
Record
SN05747884-F 20200808/200806230150 (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.