Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SOLICITATION NOTICE

J -- Portable Toilets & Washing Stations

Notice Date
4/4/2025 5:24:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
 
ZIP Code
06105-3706
 
Solicitation Number
W91ZRS25QA001
 
Response Due
4/16/2025 11:00:00 AM
 
Archive Date
05/01/2025
 
Point of Contact
Leslie Fedler
 
E-Mail Address
leslie.a.fedler.civ@army.mil
(leslie.a.fedler.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested, and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 dated 3 Jan 2025 This solicitation number W91ZRS25Q001 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Portable Toilets and Wash Stations. This request is due by 16 April 2025 at 2:00 p.m. (Eastern Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 562991 �Septic Tank and Related Services. The small business standard size for NAICS 562998 is $17 million annual receipts per year. Instructions to Offerors All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@army.mil. Questions must be submitted No Later Than 14 April 2025. All quotes are due no later than 2:00 p.m. eastern time, 16 April 1, 2025. Quotes may be faxed to Leslie Fedler at 860-386-4070 or emailed to leslie.a.fedler.civ@army.mil. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. Basis for Award Award shall be made to a single offeror. 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 Government has the right to use Government contracts that the vender has previously won as their past performance rating. Price Evaluation The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not include all costs the Government shall consider the quote non-responsive. The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. The most important is price. The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government is not responsible for developing the comparison from insufficient information provided. Sam�s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Offers must include a completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) with its offer. Statement Of Work FT Drum NY Sanitation Services Title. Annual Training FY25 FT Drum Portable Toilets, Hand Washing Stations, Wastewater Holding Tanks and Services. 1.General. CTARNG anticipates 250 Soldiers during AT25 scheduled from 30 May 2025through 11 June 2025 at FT Drum, NY. They will be conducting operations in a field environment where the requested sanitation services are not available. 1.2 This Statement of Work (SOW) describes the requirement to provide non-sewer portable toilets, hand wash stations, wastewater holding tanks and related services in support of the CTARNG during AT25 at Ft Drum, NY. 2.Objectives: To establish a contract with local vendor to deliver, service/clean, maintain and remove all portable toilets, hand wash stations and wastewater holding tanks when called upon to the multiple locations and dates required below. 3.Specific tasks. The specific tasks are as follows: a. The contractor is required to emplace, clean and service 40 portable toilets, 15 dual handwashing stations for delivery and removal (to include cleaning and re-stocking), and 4 wastewater holding tanks for delivery and removal (to include emptying and cleaning). b. All portable toilets, washing stations and wastewater holding tanks must be delivered and emplaced NLT 1600 30 May 2025 and removed 11 June 2025. c. Portable toilets, hand washing stations and wastewater holding tanks will be serviced according to the schedule NLT 1000hrs on 6/2, 6/4; no earlier than 1400hrs on Friday 06June 2025; and NLT 1000hrs 6/9 d. On date/time of installation, customer to provide representative in person to identify specific locations at training sites for Portable Toilets, Wastewater Holding Tanks, and Handwashing stations. 3. Description of Tasks and Services. There are 5 separate locations at Ft Drum the CTARNG will be training.3.1 Training locations: TA17D TA13A � CACTIF/PANTHER DZ TA18A � FAARP/5 PADS RANGE 48 CHUTE DZ 3.1.1 � TA17D Description of services: 15 Portable Toilets, 5 handwash stations and 2 wastewater holding tanks. Delivered and emplaced NLT 1600 30 May 2025 removed 11 June 2025. Services to be conducted NLT 1000hrs on 6/2, 6/4; no earlier than 1400hrs on Friday 06 June 2025; and NLT 1000hrs 6/9. 3.1.2 � TA 13A CACTIF/PANTHER DZ Description of services: 15 Portable Toilets, 5 handwash stations and 2 wastewater holding tanks. Delivered and emplaced NLT 1500 30 May 2025 removed 11 June 2025. Services to be conducted NLT 1000hrs on 6/2, 6/4; no earlier than 1400hrs on Friday 06 June 2025; and NLT 1000hrs 6/9. 3.1.3 � TA18A FAARP/5 PADS Description of services: 4 Portable Toilets and 2 handwash stations delivered and emplaced NLT 1600 30 May 2025 removed 11 June 2025. Services to be conducted NLT 1000hrs on 6/2, 6/4; no earlier than 1400hrs on Friday 06 June 2025; and NLT 1000hrs 6/9. 3.1.4 � RANGE 48 Description of services: 4 Portable Toilets and 2 handwash stations delivered and emplaced NLT 1600 30 May 2025 removed 11 June 2025. Services to be conducted NLT 1000hrs on 6/2, 6/4; no earlier than 1400hrs on Friday 06 June 2025; and NLT 1000hrs 6/9. 3.1.5 � CHUTE DZ Description of services: 2 Portable Toilets and 1 handwash stations delivered and emplaced NLT 1600 30 May 2025 removed 11 June 2025. Services to be conducted NLT 1000hrs on 6/2, 6/4; no earlier than 1400hrs on Friday 06 June 2025; and NLT 1000hrs 6/9. 3.2 Services will include: a. Complete removal of all gray water and seepage from portable toilets, hand wash stations, gray water tanks. b. Full cleaning of the inside and outside of portable toilets. c. All seats, doors, walls, handles, and floors shall be cleaned and sanitized. d. Recharge waste tank with enough chemicals to ensure an odorless unit. The contractor shall take extreme care to prevent any spillage of the waste tank contents. In the event spillage does occur, the contractor shall thoroughly clean the entire area contaminated by the spill, in accordance with all applicable Federal, State, and Local laws, ordinances and regulations. e. Replenish fresh water in hand wash stations. f. Restock toilet tissue, toilet seat covers, hand soap and paper towels. 4.Contractor Furnished Items: 4.1 General: The contractor shall provide all equipment, supplies, tools, materials, repair parts, labor, transportation, and management oversight to perform the requirements under this contract. 4.2 Vehicles: Contractor vehicles shall be registered, in accordance with all current applicable Federal, State, and Local laws, ordinances and regulations. All vehicle operators shall possess valid state driver licenses to be allowed to access Ft Drum training areas. 4.3 Portable Toilet Specifications: Each portable toilet shall be completely enclosed with screened ventilation window for release of odors and to prevent entry of insects. Material used for construction of the toilets shall be heavy gauge galvanized metal, plastic, or fiberglass and be impervious to moisture or treated with an effective sealer. Collapsible toilets are not acceptable. Portable Toilet tank capacity shall be standard or greater. 4.4 Container tanks shall be watertight without side vents secured to the tanks. Toilets shall be free of any holes in the walls or doors, have no chemical leaks, and all doors, hinges, and latches shall operate as intended. The doors shall be able to close and have an inside operational lock and outside handle. Each Portable Toilet shall be equipped with wall-mounted toilet tissue holder. Urinals shall be securely fastened to the tank or structure. Toilets shall have sufficient rolls of toilet tissue to last until the next scheduled servicing. Urinal drains shall have adequate drain flow and/or gravity feed to the holding tank to prevent overflow from the urinal fixture. 4.5 Hand Wash Station Specifications: All hand wash stations shall be of standard gallon size or larger with a separate fresh water and gray water capacity. Hand wash stations shall have at least one liquid soap dispensers and a paper towel dispenser. Paper towel supply and soap dispensers shall be sufficient to last until the next scheduled servicing. 4.6 Gray Water Tanks should hold a minimum of 250 gallons and be free from holes and leaks. 4.7 Liquid Waste Hauling Vehicles/Equipment: The contractor must have the ability to provide Liquid Waste Hauling Vehicles/Equipment resources to successfully support contract performance. The contractor shall have equipment capable of moving toilets, hand wash stations and gray water tanks to support all locations. 5. Qualification requirements. a. Equipment provided and services conducted must be professional and environmentally responsible. b. All work must be performed under sanitary conditions. c. The contract facility must be open for inspection of conditions at any time by a representative of the CTARNG, and the CTARNG reserves the right to perform or cause to have performed any test necessary to determine the sanitary condition of the articles delivered by the contractor. d. The contractor must provide their own vehicle(s) and shall be registered, in accordance with all current applicable Federal, State, and Local laws, ordinances and regulations. All vehicle operators shall possess valid state driver licenses, and the contractor must follow all FT Drum security policies when operating on post. e. Contractor personnel must adhere to standards of conduct as established by the installation commander and adhere to all current installation security policies. f. At no time will contractor personnel purchase any items from the local economy for any CTARNG personnel. g. The contractor must be responsible for safeguarding all government property (e.g. uniforms, equipment) provided for contracted purposes. At the close of each work period, government facilities, property and materials must be secured. h. The CTARNG must not provide any equipment, fuel, personnel, utilities or facilities to the contractor for the execution of this contract. i. SATISFACTION GUARANTEE: If the CTARNG is not satisfied with the cleanliness of the facilities or the service provided, the contractor must provide the same service(s) again at no charge. The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020); FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation�Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021),The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items (Deviation 2013-O0019) (APR 2015) Alternate II (APR 2015); FAR 52.219-6, Notice of Small Business Set � Aside; FAR 52.219.28, Post Award Small Business Program Representation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer�s Representative; DFARS; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1cc2337cf83143c19208a14ba80b4044/view)
 
Place of Performance
Address: Fort Drum, NY, USA
Country: USA
 
Record
SN07398028-F 20250406/250404230050 (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.