|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169354 CONS/LGCV, 3112 Broadway Ave Unit 5B, Eielson AFB, AK 99702-1887 S -- PROVIDE PORTABLE TOILETS!! SOL F65503-99-QR018!! DUE 091098 POC
Buyer -- SrA Sean Pensis, (907)377-6163; Contracting Officer -- MSgt
John C. Beasley, (907)377-4182!! . (i) SCHEDULE -- 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
solicitation; quotes are being requested and a written solicitation
will not be issued. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-03. (ii) This solicitation is issued as a Request for
Quote (RFQ) number F65503-99-QR018. Quotes are due on or before 25 Aug
98, 4:00 p.m. AST. (iii) This procurement is reserved for small
business concerns with a size standard of $5.0 million under Standard
Industrial Code 7359. (iv) SCOPE: Provide all parts, labor,
transportation, and facilities necessary to provide chemical toilet
rental for Eielson AFB, AK for the base year and one option per FAR
52.217-9, Option to Extend the Term of the Contract. (i) Chemical
Toilet requirements: YEARLY 1 EA at Engineer Hill (bldg 6130), 1 ea at
Taxiway 2, 1 ea at Taxiway 3, 1 ea at Taxiway 5, 1 ea at E*, East Side
of Loop, 1 ea at Small Arms Range, 1 ea at Skeet Range, 1 ea at Garbage
Transfer Station, 1 ea at Quarry Hill, 1 ea at bldg 1123, 6 ea at range
sites for contractors, 2 ea at hazmat trailer (bldg 4385), and 1 ea at
bldg 3425. PARTIAL YEAR: (approximately 5 months in duration) On an as
needed basis. Approximately eleven (11) for baseball fields, soccer
fields, softball fields, Birch Lake, Grayling Lake, Grounds Maintenance
Contractor, playgrounds, etc. MISCELLANEOUS REQUIREMENTS: On as needed
basis. Upon 24 hour notification contractor shall provide handicap
toilets as required. Note 1: Contractor is to quote in the following
format; Line Item 0001 12 Month Rentals, $_______ per Month, line item
0002 $ Monthly units rented by month $________, line item 0003 Weekly
rentals $ ________, line item 0004 Daily rentals (5 days) $ ________,
line item 0005 Daily Rentals (3 days) $________, line item 0006 Daily
Rental $ _______, line item 0007 Handicap Toilet Rental $________,
line item 0008 Additional Cleanings $________. Oprion year 1 -- Line
Item 1001 12 Month Rentals, $_______ per Month, line item 1002 $
Monthly units rented by month $________, line item 1003 Weekly rentals
$ ________, line item 1004 Daily rentals (5 days) $ ________, line
item 1005 Daily Rentals (3 days) $________, line item 1006 Daily Rental
$ _______, line item 1007 Handicap Toilet Rental $________, line item
1008 Additional Cleanings $________. Note 2: Only one award shall
result from this synopsis solicitation. Failure to bid on all line
items will result in rejection of your bid. SERVICE: Chemical toilets
shall be required for a period of twelve (12) months, 01 Oct 98 through
30 Sep 99 for the base year. Option years are as follows: Option Year
1 01 Oct 99 through 30 Sep 00. Contractor shall supply service and dump
all chemical toilets designated for Annual Rental at least once a week.
Chemical toilets designated for Contingency exercises willrequire
service twice weekly. Chemical toilets that are needed for one day
shall require initial service when delivered only. Chemical toilets
that are needed for three (3) days will be serviced on the second day
of use. Requirements for the annual rental of chemical toilets may
change due to operational requirements or seasonal changes. Should the
government require service more than once as listed above, the
contractor shall be notified via telephone or meeting. All normal
services shall be provided during duty hours (0730-1630) Monday through
Friday. (a) Contractor shall give the government credit for units or
servicing which are not needed based on the remaining months/ days
units are not required. Requirements stated above may vary due to
operation mission changes. (b) Contractor shall be required to respond
within 24 hours to all emergency service calls from Maintenance
Engineering (except those units which were not serviced due to
exercise, security, or other military activity). (c) Contractor shall
dispose of all waste products at a location off Eielson AFB and at no
additional cost to the government. (d) Contractor shall be required to
completely pump each unit empty and clean interior during each weekly
or as need servicing. (e) Contractor may be required to relocate units
to other areas on base when requested by the government. The contractor
shall be notified by either telephone or fax. (f) Units placed inside
buildings will have additional disinfectant and/ or sanitizing agents
placed in them to control odors. (g) Contractor shall provide
sufficient supplies of toilet tissue to last until next service call.
(h) Contractor shall provide a written report to Maintenance
Engineering at bldg 2258 each time a service is accomplished.
Maintenance Engineering will keep one signed copy and return the other
copy to the contractor. Information in the report shall included but
is not limited to: Contractor's Name, Date/ Time, Contract Number,
Units Serviced, Units not Serviced, Bldg Numbers/ Location, Service
Performed, Contractor's Signature, Inspector's Signature. Contractor
shall be required to check in at each location and notify the building
custodian or military member in charge of the service provided, and
indicate this information along with the person's name and rank on each
report. SERVICE AREA ACCESS: Contractor shall call 24 hours prior to
weekly service to insure areas are accessable and give their expected
time of arrival. Contractor will report to bldg 2258 prior to all
service calls to pick up an inspector, if required. If an area is
closed on the normal service day during the week because of exercises,
security, or other military activity, the contractor will still be
required to perform weekly, or as needed service on a day determined by
the government. GOVERNMENT PROVIDED SERVICES: (a) The government shall
provide an electrical power and/ or extension cords (20 amps each
unit) within reach of a chemical toilet during winter from 01 Oct to 15
May if required. (b) The government shall provide snow removal for
servicing of chemical toilets within 24 hours of notification by
contractor. (c) The government shall provide interior, heated space to
thaw out chemical toilet units if it is determined by the government
the contractor is not responsible for the freeze up. INSPECTION: A
designated representative of the Contracting Officer will ensure all of
the above have been accomplished in a satisfactory manner. All those
areas that fail inspection will be reaccomplished within 24 hours to
include service on weekends, if necessary, at no cost to the
government. (a) Upon notification by the government, the contractor may
be required to reperform part or all defective work, including
defective or incomplete performance. The contractor shall be notified
within 5 working days after inspection which specified services were
defective. Reperformance or late performance shall be completed within
the time specified by the government. The contractor may be held
liable for any damage sustained by the government including, for
example, the cost associated with reinspection. NOTIFICATION:
Contractor shall be notified by Maintenance Engineering, (907)377-1737,
for specified location of chemical toilets. PROVISIONS AND CLAUSES --
The following FAR provisions are applicable to this acquisition:
52.212-1, Instruction to Offerors -- Commercial Items; 52.212-4,
Contact Terms and Conditions -- Commercial Items; 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items [Specifically -- (b)(1); (b)(2); (b)(3); (b)(6);
(b)(7); (b)(8); (b)(9); (b)(17); (c)(1); (c)(2); (c)(4)]; 52.211-8,
Variation in Estimated Quantity; 52.219-6, Notice of Total Small
Business Set-Aside; 52.232-33, Mandatory Information for Electronic
Funds Transfer Payment; 52.245-4, Government-Furnished Property (Short
Form). The following DOD FAR provisions are applicable to this
acquisition: 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items; 252.225-7001, Buy American Act and
Balance of Payments Program; 252.225-7035, North American Free Trade
Agreement Implementation Act.. WAGE DETERMINATION -- Pursuant to the
Service Contract Act of 1965, As Amended, Wage Determination No.
94-2018, Revision No. 12, Dated 02/05/98 applies to this acquisition.
REPRESENTATIONS AND CERTIFICATIONS -- Quoter's must include with their
quote a completed copy of the provisions at FAR 52.212-3, Offerors
Representation and Certification -- Commercial Items (contact POC to
obtain copies). BASIS OF AWARD -- Award will be made based on price and
other price related factors. Quotes must be submitted in writing to 354
CONS/LGCV, 3112 Broadway Ave, Unit 5B, Eielson AFB AK 99702 or fax to
(907) 377-2389. Award will be made on or about 01 Oct 98. All
responsible sources may submit a proposal, which, if timely received
will be considered by this agency. Numbered Note 1 applies. Questions
or requests may be emailed to SrA Sean Pensis at
pensisps@ccgate.eielson.af.mil or faxed to (907) 377-2389. ***** Posted
08/26/98 (W-SN242086). (0238) Loren Data Corp. http://www.ld.com (SYN# 0115 19980828\S-0017.SOL)
S - Utilities and Housekeeping Services Index Page
|
|