SOURCES SOUGHT
W -- CHEMICAL LATRINE LEASE/RENTAL
- Notice Date
- 6/11/2007
- Notice Type
- Sources Sought
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F3P3A67109A100
- Response Due
- 6/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Air Force is trying to determine if capable and willing small business contractors are available to provide chemical latrine support services for Randolph AFB, TX, the Recreation Area located at Canyon Lake, approximately 25 miles northwest of New Braunfels, TX and Seguin Auxiliary Field, Seguin, TX. The Scope below is a summary of the required services but is not intended to be all inclusive. SCOPE: (a.) The service provider shall provide all personnel, equipment, tools, materials, supervision and other items as necessary to install and service chemical latrines at Randolph AFB and the various areas listed under Description paragraph. (b.) The contractor shall furnish and place at various locations all chemical latrines provided for in a bid schedule which will have monthly rental price. As part of the monthly rental price, the contractor shall service each chemical latrine on a weekly basis. Gate entries will be serviced 2 times a week. (c.) The contractor shall be required to place or relocate chemical latrines on occasions to support special events. Examples may include but not limited to Open House/Air Show, Special Olympics, Special MWR Functions, Fourth of July, Base picinics and VIP visits. Any additional chemical latrines provided by the contractor in a bid schedule will have a monthly rental price. When the combined synopsis solicitation is issued, all contractors will be required to submit a completed bid schedule. (d.) All chemical latrines rented and serviced under this agreeement shall conform to the standards established by a Statement of Work which will be an attachment to the combined synopsis solicitation. (e.) The estimated Period of Performance: Basic contract period of 1 Oct 07 thru 30 Sep 08, with four 1 year option periods. The final option year, if exercised, would be 1 Oct 11 thru 30 Sep 12. (f.) Estimated yearly quantities: BASIC YEAR: 8 Contract Line Item Numbers (CLINs); CLIN 0001, 9 ea. per mo.; CLIN 0002AA, 8 ea. for 3 mos., CLIN 0002AB, 1 ea. for 3 mos.; CLIN 0003, 2 ea. per mo.; CLIN 0004 monthly, as needed basis only, 70 ea.; CLIN 0005 handi-cap, monthly, as needed basis, 10 ea.; CLIN 0006 Air Show with 1 additional pump and service on Saturday, 230 ea..; CLIN 0007, Air Show, Handi-Cap with 1 additional pump and service on Saturday, 10 ea. and CLIN 0008, Extra Service/Emergencies, 200 ea. The four 1 year option period quantities are the same as the basic year except in the 1st and 3rd option years, the quantities for CLINs 1006, 1007, 3006 and 3007 are 0 (zero). (g.) Small Business (SB) Set-Aside: The Government reserves the right to decide whether or not SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is requested that SB concerns provide sufficient written information supporting their capability to perform. This information should as a minimum include (a) company name, address, point of contact, cage code, telephone number and e-mail address; (b) approximate annual gross revenue; (c) small business status (8(a), SDVOSB, HUBZone, veteran-owned, women-owned, etc.; (d) experience providing the services as stated in the scope of work section of this synopsis, and pertinent past and current contracts with references and points of contact; (e) comments indicating whether or not they would be likely to submit a proposal if a formal synopsis solicitation is forthcoming. The planned NAICS (North American Industry Clasification System) code is 562991 with a business size standard of $6.5 million. Provide all required information in response to this sources sought synopsis via e-mail not later than 25 Jun 07. (h.) The proposed contract type is Firm Fixed Price. Central Contract Registration (CCR) is mandatory. (i.) The submission of this information is for planning purposes only. Not to be construed as a commitment by the Government to pay for any items/services for the information received. No solicitation document exists at this time. Please note that telephone requests will not be honored. This notice will stay open 10 business days from posting. Any responses received after this 10-day window will be returned to sender.
- Place of Performance
- Address: Randolph Air Force Base TX
- Zip Code: 78150-4525
- Country: UNITED STATES
- Zip Code: 78150-4525
- Record
- SN01315599-W 20070613/070611220527 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |