Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 22, 2001 PSA #2856
SOLICITATIONS

W -- PORTABLE CHEMICAL TOILET RENTALS AND SERVICES

Notice Date
May 18, 2001
Contracting Office
USPFO for Washington, Attn: Contracting Office, Bldg 32, Camp Murray, Tacoma, WA 98430-5170
ZIP Code
98430-5170
Solicitation Number
DAHA45-01-Q-0011
Response Due
May 31, 2001
Point of Contact
Denise M. Sheppard 253-512-8970
E-Mail Address
lcick here to contact the Purchasing Agent via e-mail (Denise.Sheppard@wa.ngb.army.mil)
Description
Denise Sheppard. Purchasing Agent, Phone (253) 512-8970, Fax (253) 512-8009, Email Denise.Sheppard@wa.ngb.army.mil. This is a Request for quotation for commercial items. This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a solicitation package will not be issued. Solicitation Number DAHA45-01-Q-0011 is issued as a request for quotation, is a 100% small business set-aside and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-23. The associated NAIC is 562991 and the business size standard is $5.M. This will be an all or none firm-fixed price contract. The Washington Army National Guard is conducting Annual Training exercises at the Yakima Training Center, Yakima WA during the period of 10-28 Jul 01 and requires the following services: 0001, 170 ea Portable Chemical Toilet (PCT) Rental for the period of 10-28 Jul 01, at the Yakima Training Center, Yakima WA for the Washington Army National Guard. 170 must be available during the period stated. The Contracting Officer will direct the initial placements of the PCTs and all subsequent movements and cleanouts. The locations and placement timeframes will vary and will consist of the entire Yakima Training Center area.. Vendor will be contacted by the Contracting Officer 24 hours prior to initial placements so that grid coordinates/locations can be provided. Initial placement costs shall be included in the rental cost. Cost for moves other than initial placements shall be indicated in line item 0003. Initial placements and moves (line item 0003) must be completed within 24 hours of notification. Each unit shall consist of a completely enclosed, ventilated building. Any combination of single/multiple units may be provided with prior approval of the Contracting Officer. Units must meet the following standards:Material used for construction of PCT's shall be moisture impervious Construction joints shall be sealed, Unless constructed of impermeable and rustproof material, they shall be painted inside and outside with an exterior type enamel. Waste tanks shall be constructed of heavy guage galvanized steel, plastic, or fiberglass and be water tight. Each PCT shall occupy a spearate compartment, which shall be equipped with adequate toilet tissue, holder, toilet seat, urinal, self-closing door, latch and coat hook.The door shall be self-closing, tight fitting, flytight toi include all vents, aand shall have an inside lock.The urinals and toilet seats shall be made of stainless steel, fiberglass, plastic, or substantial material to have a nonabsorbent finish. 0002: every day service of above (in use)complete removal of all waste, debris, and other contaminants from waste tanks, seats, doors, floors, walls, and other exposed inbterior and exterior surfaces. The waste tank shall be recharged with sufficient quantity of chemicals to ensure an odorless unit. Product used shall effectively sanitize deodorize PCTs and conform to the American National Standards Institute (ANSI) Standard Number 24.3 (Standard for Chemical Portable Latrines) dated 1987 or as amended by law/regulation. To include re-stocking with toilet paper as required, in suffieicient quantity to last until next scheduled service shall be provided. Services shall be performed every day for the PCTs actually in use, for the period of 10-28 Jul 01, at the Yakima Training Center, Yakima WA for the Washington Army National Guard. 170 ea(est) X 18 days = 3060 services maximum, we will only pay for services actually performed. Refuse to be disposed of in accordance with local laws and regulations 0003: movement of above (in use)for the period of 10-28 Jul 01, at the Yakima Training Center, Yakima WA for the Washington Army National Guard. Estimated 165 moves will be made. The Government will only pay for moves actually performed. Moves are in addition to initial placements directed by the Contracting Officer. Interested parties should submit as a part of their quotation _ 1) informational literature on the supplies/services offered; 2) past performance information; and 3) price. Evaluation of quotations the Washington Army National Guard will use the following factors to evaluate quotations: Technical Capability -- ability to accommodate the requirements during the required time frame; Past Performance -- How well the Contractor performed in accommodating training exercises/requirements of a similar size, its commitment to customer service based on its reputation for demonstrating concern for its customers; and Price -- The total price for the supplies/services. The Washington Army National Guard intends to make an award on a best-value basis. Offerors must also submit with their quotation, in accordance with FAR 52.212-3, a signed Offeror Representations and Certifications -- Commercial Items. This certification can be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR Clause 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, and DFARS Clause 252.204-7004, Required Central Contractor Registration apply to this acquisition. Additionally, the following FAR provisions are applicable: 52.212-1, Instructions to Offerors _ Commercial; 52.212 -2, Evaluation _ Commercial Items; 52.212-4, Contract Terms and Conditions _ Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders _ Commercial Items. Any amendments to this solicitation will be provided to all contractors expressing an interest for this acquisition. Quotations are due at the following address by 3:00PM, local time, on May 31, 2001. Mail/Delivery to USPFO-PC, Building #32, Camp Murray, Tacoma, WA 98430.
Record
Loren Data Corp. 20010522/WSOL002.HTM (W-138 SN50M563)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on May 18, 2001 by Loren Data Corp. -- info@ld.com