SOLICITATION NOTICE
S -- Chemical Latrines & Pumping
- Notice Date
- 4/8/2025 3:59:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R25QA0003
- Response Due
- 5/13/2025 11:00:00 AM
- Archive Date
- 05/28/2025
- Point of Contact
- Damaris Castillo, Phone: 9283282845, Amanda Ramirez, Phone: 9283284146
- E-Mail Address
-
damaris.i.castillo.civ@army.mil, amanda.m.ramirez24.civ@army.mil
(damaris.i.castillo.civ@army.mil, amanda.m.ramirez24.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR QUOTE (RFQ) The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting a quote for the delivery and servicing of portable latrines and hand wash stations; pumping and disposal of waste from latrines and designated septic systems, wash racks and grease traps listed in Technical Exhibit 2. As well the requirement will provide unscheduled pumping services listed in Technical Exhibit 3. This will result in a non-personal services contract. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform waste pumping and portable latrine services at USA YPG as defined in the Performance Work Statement (PWS) except for those items specified as government furnished property and government furnished services. This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined solicitation for commercial items, as supplemented with additional information included in this notice. This requirement is a commercial item acquisition in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. Request for Quotes (RFQs) are being requested and a written solicitation will not be issued. Quotations are being requested for solicitation no. W9124R-25-Q-A003. This solicitation will result in a single-award, Firm Fixed Price Contract Line-Item Number (CLINs) contract. This requirement is being solicited as a 100 percent small business set-aside. The North American Industry Classification Systems (NAICS) Code is 562991 � Septic Tank and Services with a size standard of $9M. NAICS Code 562991 was selected as it comprises of establishments primarily engaged in providing (1) pumping (i.e., cleaning) septic tanks and cesspools and/or (2) renting and/or servicing portable toilets. DESCRIPTION OF SERVICE: The service contract consists of: � Delivery and cleaning of chemical toilets and hand wash stations � Delivery and cleaning of service order (SO) requests for chemical toilets, hand � wash stations, daily, weekly and monthly as requested. � Extra cleanings as requested. � Staking of toilets. � Repair of all portable toilets and hand wash stations as needed. � Regular scheduled pumping services of septic tanks, wash racks, grease traps and oil-water separators � As requested pumping � Emergency pumping by service order request. � Submit daily delivery and pickup logs. � Submit pumping schedule for weekly, monthly and quarterly locations. The period of performance including all options is: Phase In/Phase Out: 01 August 2025 � 31 August 2025 Base Period: 01 September 2025 � 31 July 2026 Option Period 1: 01 August 2026 � 31 July 2027 Option Period 2: 01 August 2027 � 31 July 2028 Option Period 3: 01 August 2028 � 31 July 2029 Option Period 4: 01 August 2029 � 31 July 2030 Offeror that fails to furnish required representation or technical information as required by Federal Acquisition provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), whereby Technical Capability is the primary factor in accordance with technical requirements in the PWS, and Lowest Price is the secondary factor when the proposal meets the acceptability standards identified. The Offeror is required to furnish the Contract Manager (CM) and alternate CM resumes demonstrating a minimum of 5 years' experience with functional operation of portable latrines/hand wash stations and septic pumping and disposal of waste and hazardous materials as part of the technical acceptance evaluation process in accordance with PWS Section 1.6.10 Key Personnel and Section 1.6.1 Special Qualifications or Certifications. Offer is required to provide technical literature which will be evaluated for technical acceptability. Provide pricing for each type of service order located in Attachment 2 - Chem Latrines - Pumping Services Pricing Schedule Sheet. Offers shall not exceed the base and option year CLINs set amount. Offerors are not required to quote an overall cost when submitting proposals. Tradeoffs are not permitted. An award will be made on an all-or-nothing basis. As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required to price the base period to include all option-year CLIN. Offerors shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise FAR clause 52.217-8, the extension of services, at the end of any performance period (base or option year CLINs). The quote shall include transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Transportation (if applicable) shall be incorporated into your quoted price. Payment will be made through Wide Area Workflow. Delivery shall be made to USAYPG, AZ 85365-9498 with F.O.B (Freight on Board) Destination in accordance with FAR 52.247-34. Payment will be made through Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR 2025-03 effective 17 January 2025 and DFARS Change 01/17/2025 effective 17 January 2025. Offeror is required to complete FAR clause 52.212-3 in full text in Attachment 5 - W9124R-25-Q-A0003 � SF 1449. All questions shall be emailed with the attached Attachment 3 � Questions and Answers Log to Ms. Damaris Castillo, Contract Specialist, by phone at (928) 328-2845 or by email at damaris.i.castillo.civ@army.mil or Ms. Amanda M. Ramirez, Contracting Officer, by phone at (928) 328-4146 or by email at amanda.m.ramirez24.civ@army.mil by 11:00 AM Mountain Time no later than 18 April 2025. This solicitation closes on Tuesday, 13 May 2025 at 12:00 pm (noon) Mountain Standard Time (MST). Electronic quotations are acceptable and must be received on or before the closing date and time of this solicitation. Quotes are required to be sent by e-mail to the point of contact specified in this solicitation. You must include reference to RFQ W9124R-25-Q-A003 in the subject line. Attachments: Attachment 1 � PWS Attachment 2 - Chem Latrines - Pumping Services Pricing Schedule Sheet Attachment 3 � Questions and Answers Log Attachment 4 - Service Contract Act WD 2015-5475 Rev.24 Attachment 5 - W9124R-25-Q-A0003 � SF 1449 Technical Exhibit 1 - Fixed Permanent Locations Technical Exhibit 2 - Pumping Services Monthly Scheduled Technical Exhibit 3 - Pumping Services Unscheduled as Requested Technical Exhibit 4 - LAAF Waste Disposal Standard Operating Procedures Technical Exhibit 5 - Service Order Summary Report Technical Exhibit 6 - Estimated Workload
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/764eec98bb454acab5ffe2e497149452/view)
- Place of Performance
- Address: Yuma Proving Ground, AZ 85365, USA
- Zip Code: 85365
- Country: USA
- Zip Code: 85365
- Record
- SN07400958-F 20250410/250408230049 (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 |