Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

W -- LEASE OF SELF CONTAINED BATHROOM AND TOILET TRAILERS

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-08-T-0451
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
Mardel Wojciechowski, 915-568-4479<br />
 
Small Business Set-Aside
N/A
 
Description
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 only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is full and open. Period of performance will be 29 Sept 08 28 Sept 09 with an Option Period of 29 Sept 09 28 Sept 10. The North American Industry Classification System (NAICS) code for this acquisition is 332311. Proposals are due by 24 Sept 08 10:00 a.m.(MST). The proposal and required documents shall be submitted via email mardel.jones@conus.army.mil or faxed to (915) 568-5643 ATTN: Mardel Wojciechowski. This request for proposals (RFP) is to provide a lease of self contained mobile showers and bathrooms for Fort Bliss, Texas located on Biggs Field Bldg105. Past Performance data must be submitted with proposal to include relevant current and past government contracts in the last three (3) years, or other contracts servicing customers of similar size to Fort Bliss, Texas. The contractor shall install two bathroom trailers. The contractor shall install two shower trailers (one for male and one for female). The contractor shall provide clean potable water to the bathroom and shower trailers. The contractor shall provide proper waste water removal from the bathroom and shower trailers.Trailers shall be fully self contained. The contractor shall provide proper waste removal from the bathroom and shower trailers. The contractor shall provide a generator to power the bathroom and shower trailers. The contractor shall provide proper fuel for the generators to function properly. The contractor shall properly perform routine maintenance for the bathroom and shower trailers. Specifications- Bathroom Each bathroom trailer shall have a minimum of 2 male toilet stalls. Each bathroom trailer shall have a minimum of 1 urinal stall. Each bathroom trailer shall have a minimum of 3 female toilet stalls. Each bathroom trailer shall have a minimum of 2 sinks. Each bathroom shall have a hot water supply. Each trailer shall have a HVAC unit. Shower - Each shower trailer shall have a minimum of 6 stalls.Each shower trailer shall have a minimum of 2 sinks. Each shower trailer shall have a water heater. Each bathroom shall have a hot water supply. Each shower trailer shall have a Heating Ventilation Air Conditioning (HVAC) unit. SCHEDULE BASE YEAR CLIN 0001 QTY 2 UNIT ea Lease of Two Self Contained Bathrooms CLIN 0002 QTY 2 UNIT ea Lease of Two Self Contained Showers CLIN 0003 QTY 1 UNIT ea Lease of Water and Power CLIN 0004 QTY 1 UNIT ea Mobilization Operations and Demobilization 0005 QTY 1 UNIT ea Contract Manpower Reporting A manpower reporting requirement is required during the period of performance which can be accessed at https://contractormanpower.army.pentagon.mil, and must be added as a separate clin. SCHEDULE OPTION YEAR CLIN 0101 QTY 2 UNIT ea Lease of Two Self Contained Bathrooms CLIN 0102 QTY 2 UNIT ea Lease of Self Contained Showers CLIN 0103 QTY 1 UNIT ea Lease of Water and Power CLIN 0104 QTY 1 UNIT ea Mobilization Operations and Demobilization. Payment is expected to be made by electronic funds transfer (EFT), and the awardee must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) to receive a government contract award. Any clarifications and/or questions should be sent via email to mardel.jones@conus.army.mil No phone calls; email or fax only. Notification of any change shall be made only on the internet. Exercising of option is a unilateral right of the government. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Texas State Law, Occupational Safety and Health Administration (OSHA) regulations, Fort Bliss and Army regulations. 52.212-2 Evaluation -- Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A Firm Fixed price purchase order with a one (1) year option is anticpated for award. The following factors shall be used to evaluate offers: lowest price technically acceptable offeror, considering past performance. Your response must demonstrate your experience and capability of providing the requirements. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced or not priced. Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3; 2) Offerors must submit a unit price and total amount, based on the unit of issue and a total amount of each and all line items and subitems including options years; 3) Offerors must be able to meet the required delivery schedule, 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002) is incorporated by reference. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (DEC 2001), 52.216-2 Economic Price Adjustment-Standard Supplies 52.217-9 Option to Extend Term of Contract, 52.222-21, Prohibition of segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36. Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child labor-Cooperation with Authorities and Remedies (E.O. 13126; 52.225-1, Buy American Act-Balance of Payments Program Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration, and 52.222-41, Service Contract Act of 1965, as Amended (41U.S.C. 351, et seq.); 252.232-7003 Electronic submission of Payment Requests and Receiving Reports. Wage Determination number 2005 -2511, Revision No. 7 dated 8/27/2008 is incorporated as part of this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4247b6f1faa02ac932450bb1d822b667&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX<br />
Zip Code: 79916-6812<br />
 
Record
SN01674881-W 20080920/080918222741-dd6a88cf764ca2bdc969ab2b959904cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.