Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS

W -- PROVIDE AND MAINTAIN PORTABLE CHEM TOILETS

Notice Date
July 24, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
ZIP Code
89191-7063
Solicitation Number
F26600-01-R-A010
Response Due
August 17, 2001
Point of Contact
Idella Mullins, Contract Specialist, Phone 702-652-2098, Fax 702-652-9570, Email idella.mullins@nellis.af.mil -- George Dowdey, Contract Specialist, Phone 702-652-2099, Fax 702-652-9570, Email george.dowdey@nellis.af.mil
Description
Non-personal Service: 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. The solicitation number is (F26600-01-RA010) and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The Standard Industry Classification (SIC) for this solicitation is 7359 and the North American Industry Classification System (NAICS) is 562991 based on annual average gross revenue of $5M for the last three fiscal years. This is 100% reserved for small business. Description: Provide and Maintain Portable Chemical Toilets for Nellis AFB, Silver Flag Alpha (located approximately 32 miles north of Las Vegas on Hwy 95), and Indian Springs NV (located approximately 40 miles north of Las Vegas on Hwy 95). Permanent ones (toilets that shall remain in a fixed position) shall have an 80-gallon holding tank. Standard size ones (non-permanent/temporary one) shall be used for special events and contingencies on an on-call basis. All portable toilets shall be new or like new condition, single type occupancy, to include a urinal, leak-proof, and serviceable. Portable chemical toilets shall be single molded fiberglass or equivalent. The roofs, sides, and floors shall be free of leaks, cracks, and holes. The door shall swing easily to open and closed position. The door locks and hand sanitizer dispenser shall be fully operable. The back and side vents must be mounted with insect screen free of holes. Units shall not be painted but shall be their natural color. The contractor at no additional cost to the government shall replace unusable deteriorated units that do not meet the above requirements. Units shall, whether identified by the contractor or the government personnel, be replaced on or before the next service day for those particular units. Units will be consistent in color in location(s) where multiple units are required. Requirements for special events and contingencies such as July 4th Air show Celebration may be mixed colors due to the number of units required and the limited time of use. Proposals shall identify how the contractor will support the need for additional toilets as required by the Statement of Work for special events, surges, etc. This requirement is written with a basic year and four options years. The Government requires at a minimum an estimated 51 permanent portable chemical toilets for all five years. There are ten (10) CLINs included in the solicitation. Quantity, line items and unit of measure are inclusive in the bid schedule. The entire solicitation including, the bid schedule, Statement of Work, Offerors Representation and Certification, and Wage Determination will be released on the Federal Government Electronic Posting Systems (EPS) site, http://eps.satx.disa.mil/ or http://eps.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). A site visit will be scheduled with all interested parties on or about 03 August 2001, 8:00 am Pacific Standard Time at the Contracting Office, 5865 Swaab Blvd, Nellis AFB, NV. Toilets shall be in place on or before 01 October 2001. The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors?Commercial, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discount, and delivery times; FAR 52.212-2, Evaluation ? Commercial Items, award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, with past performance, and price, as factors; provide product literature on toilets you are proposing; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items.. The offerors shall submit with their proposal the names and phone number of three (3) recent awards, in excess of $25,000, with other business or government agencies. The provisions at 52.212-3, Offeror Representation and Certifications?Commercial Items, applies for this solicitation. Offerors must include with their proposals a completed copy of the provisions at 52.212-3, which is an attachment to this solicitation. Offerors who fail to complete and submit Representation and Certification and a past performance reference list may be considered non-responsive. For solicitation issued after 1 Jun 98 all **Contractors are required to be Registered in the Central Contractors Registration (CCR)**. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order be registered in the CCR database. Lack of registration may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours; mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing (via e-mail, windows compatible) to BOTH individuals listed below, or fax to 702-652-9570, or by US postal service to the below address. Proposals and any amendments (if any) must be signed, dated and submitted in writing by fax 702-652-9570, electronic or mail to 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, attention Idella Mullins by 2:00PM 17 Aug 01. If sent by electronic means, windows compatible, a signed original of the SF 1449 and all amendments (if any) shall be faxed NLT the date and time above and mailed to the above address within (5) workdays. If proposals are sent by fax, the entire original hard copy shall be mailed to the above address within (5) workdays. Contact Contracting Specialist, Idella Mullins at (702) 652-2098 (idella.mullins@nellis.af.mil) or Contract Officer, Mr. George Dowdey (george.dowdey@nellis.af.mil) at (702) 652-2099 for information regarding this solicitation. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/99CONS/F26600-01-R-A010/listing.htm l)
Record
Loren Data Corp. 20010726/WSOL001.HTM (D-205 SN50S7S4)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on July 24, 2001 by Loren Data Corp. -- info@ld.com