Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

W -- Lease of Portable Shower Trailers

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739910Q0030
 
Response Due
5/13/2010
 
Archive Date
5/28/2010
 
Point of Contact
King Bishop 760-830-0293
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation (Lease of Portable Shower Trailers) 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-10-Q-0030 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 532490. The Standard Industrial Classification Code (SIC) for this order is 7359. The small business size standards are 7.0 million dollars. The Federal Supply Classification (FSC) for this order is W085. This solicitation is for the lease of portable showers. The requirement is listed as follows: CLIN 0001- PORTABLE SHOWER TRAILERS. The government seeking to lease eighty (80) shower heads with a minimum of one (1) sink (with mirror over sink) per 4 shower heads. The shower heads and sinks will be set-up in four (4) separate areas with twenty (20) shower heads and the corresponding number of sinks in each location. The separate areas are located approximately one hundred and fifty (150) yards apart from each other. Provide an adequate number of portable water and grey water trucks to keep the showers fully functional 24 hours per day. The Government will provide portable water refill areas and gray water dump site. The dump site is building 3850D located approximately seven (7) miles from the performance site. The period of performance is 25 MAY 2010 through 18 JUL 2010. Contractor will provide shower trailers, power source, delivery, mobilization and demobilization. Throughout the entire period of performance, contractor must provide personnel to clean and service the units and provide drivers for the water trucks 24 hours per day. Place of contract delivery will be at Camp Wilson, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Twenty-nine Palms, CA 92278. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR:52.203-6 (Alt 1), 52.203-13, 52.204-7, 52.212-1, 52-212-2, 52.212-3, 52.212-4, 52.212-5, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.225-1, 52.225-13, 52.228-5, 52.228-8, 52.232-33, 52.233-4, 52.236-3, 52.237-2, 52.247-34. DFARS: 252.203-7000, 252.204-7004 (Alt A), 252.205-7000, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023,252.212-7000, 252.212-7001 (Dev), 252.232-7003. CLAUSES INCORPORATED BY FULL TEXT 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 86 days. (End of clause) EVALUATION INFORMATION The Government intends to award a contract resulting from this solicitation to the responsible/responsive offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1)Technical2) Delivery 2) Price 3) Past Performance. Provide the point of contact information to include name, title, contract number, phone and fax number for at least 3 years of recent relevant (similar size and scope) contracts. Evaluation of past performance may include, but not be limited to, relevance and extent of previous contracts, quality and conformance of supplies/services to contract requirements, timely delivery/performance, customer satisfaction, and cost control. Past performance information utilized in the evaluation may be obtained from contractor references, PPIRS, and any other sources that have relevant information. Contractor references that cannot be contacted will not be considered. Greater weight (both positive and negative) will be given for performance under previous contracts that are more similar in scope, size, and complexity to this procurement. Those offerors with no relevant past performance information will be evaluated neither favorably nor unfavorably; however, an offeror with no relevant past performance history may not represent the most advantageous proposal to the Government.Early Elimination of Quotes: An offeror's quote may be eliminated from further consideration for award or continued evaluation if it:? Takes exception to the requirements of the RFQ, contract clauses, and all other material terms and conditions in the RFQ or there is an unexplained ambiguity in the quote, is unrealistically high or low in price, reflects an inherent lack of technical competence, or is indicative of a failure to comprehend the proposed work. SPECIAL INSTRUCTIONS *** It is very important that all Contractors follow all instructions provided below, when quotes, bids, or proposals are being submitted *** (1) Please include DUNS #, CAGE CODE #, and TIN #. If you have any questions or concerns please contact: King BishopPhone: 760-830-1104Email: king.bishop@usmc.mil(2) Fed Ex/Electonic Mail/Hand Carried Proposals are due by 09:00 A.M. PST on, May 13, 2010 at The Purchasing and Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 21, Twentynine Palms, CA 92278-6053, ATTN; King Bishop. King.bishop@usmc.mil. MCAGCC ACCESS/SECURITY REQUIREMENTS-CONTRACTOR AND CONTRACTOR-EMPLOYEE ACCESS CONDITIONS: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following: ?A valid form of Federal or state government I.D. ?If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance.?Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term).?Proof of an employee background check conducted within the past year covering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a) must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports. (b) must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c) will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal's Office PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under "business access." NCIC check and fingerprint of all con-tractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor's expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar Contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee: a. is on the National Terrorist watch List.b. is illegally present in the United States.c. is subject to an outstanding warrant.d. has knowingly submitted an employment questionnaire with false or fraudulent information. e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance: The Contractor's employees shall observe and comply with all MCAGCC/ MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Return of access badges, etc.: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. Security Requirements:a.The Contractor is responsible for providing information required to obtain clearances, permits, passes, or security badges required for Contractor personnel or equipment access. This includes information required for police or background checks or investigations and all other requirements of the issuing activity. b.The Contractor is responsible for ensuring such clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. c.All Contractor personnel performing work under this contract who require access to military installations shall obtain personal entry and vehicle passes from the Provost Marshal's Office (PMO) of each base. For MCAGCC, Twentynine Palms, the process includes the requirement that employees under a contract of one year or longer obtain a Business Pass, which requires completion of an application used to conduct background checks. d.The Contractor's employees shall observe and comply with all base rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. e.Contractor personnel performing work under this contract shall wear uniforms, and/or provide ID that distinguishes them as an employee of the contractor. f.Contractor personnel and equipment entering a military installation are subject to 100% security checks. Contractor personnel shall follow any direction given by Military Police or other security or safety personnel. In compliance with the above, the contractor must be prepared to provide proof of the follow:.A valid driver's license.Proof of Vehicle Insurance.Current Vehicle Registration.Knowledge of the contract number they are performing under g.The Contractor shall not employ any individual for the performance of this contract in violation of DOD Joint Ethics Regulations (DOD Directive 5500.7-R) or if such employment would create a conflict of interest or an appearance of a conflict of interest. 10. Invoices and Payment:Invoices will be prepared and submitted in accordance with FAR 52.212-4(g). A Monthly summary invoice listing each Copier Serial number and Line Item is to be presented upon completion of each month as designated in contract CLIN/SUBCLINS structure. Payment for contractor services shall be summarized on invoicing which details the Copier usage data as shown thereon via valid meter reads. The contractor shall submit invoices in accordance with local clause MAPS 52.232-9650- INVOICING PROCEDURES ELECTRONIC (USMC May 2004) and DFAR clause 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) below. Payments under this contract will be made by DFAS, Columbus, OH, as shown in Block 18a entitled "PAYMENT WILL BE MADE BY" of the SF 1449. USMC WIDE AREA WORKFLOW IMPLEMENTATION (AUG 2006) To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUEST (JAN 2004)", the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site.The USMC WAWF-RA point of contact (POC) for this contract is SAUNDRA WURST and can be reached at 760-830-5121 or email saundra.wurst@usmc.mil. The contractor is directed to use the Invoice and Receiving Report "Combo" for Goods Please do not process WAWF-RA electronic documents until proof of delivery has been received by your organization.When entering the invoice into WAWF-RA, the contractor shall use the following DoDAAC fields:Contract NumberDelivery OrderCage Code/ExtPay DoDAACM67443Issue DateUse Date on Page 1, Block 31c.Issue By DoDAACM67399Admin By DoDAACM67399Ship To Code/ExtAcceptor Code:Ship From Code/Ext"Leave Blank"LPO DoDAAC"Leave Blank" Acceptor Contract SpecialistEmail:Email:Inspect By DoDAAC/Ext"Leave Blank" Please do not process WAWF-RA electronic documents until proof of delivery has been received by your organization. In some situations the WAWF-RA system will pre-populate the "Issue By DoDAAC", "Admin By DoDAAC" and "Pay DoDAAC". Contractor shall verify those DoDAACs automatically entered by the WAWF-RA system match the above information. If these DoDAACs do not match, then the contractor shall correct the field(s) and notify the Contracting Officer of the discrepancy (ies). Step by step WAWF-RA invoicing procedures for "Combo," "2-in-1," and "Cost Voucher" are available at the USMC paperless site at http://www.marcorsyscom.usmc.mil/sites/pa/ under "Vendor Interface" section. On the Vendor Interface page click on "WAWF-RA" header at the top of the page. Under downloads on the WAWF-RA page that appears, click the appropriate document either "Combo," "2-in-1," or "Cost Voucher" to download the instructions. Before closing out of an invoice session in WAWF-RA, but after submitting the document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the acceptor's/receiver's email address (Note this address is their work email address not their WAWF-RA organizational email address) in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. NOTE: The POCs identified above are for WAWF-RA issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or other person identified in the contract to who questions are to be addressed. (End of clause) ATTACHMENT 1 CONTRACT DATA SHEET FOR PAST PERFORMANCEM67399-XX-X-XXXX CONTRACTOR NAME____________________________________________________ (Complete one Contract Data Sheet per reference.) Contract Number:Prime or Subcontractor:Dollar Amount:Date Completed:Contract Type:Fixed Price___ Cost Reimbursement ___ Other (Specify) __________Item/Service Description:Contract Quantity/Period of Performance:Customer Activity:Customer POC (Person who can verify data):Address:Phone: FAX:E-Mail: PERFORMANCE INFORMATIONYESNO1Were all supplies/services delivered within the original contract schedule?2Did all delivered supplies/services comply with the contract specifications/ statement of work?3Did any of the delivered supplies/services require replacement, modification or rework in order to be acceptable?4Were any modifications issued relaxing the contract specifications/delivery requirements?5Was any part of this contract terminated for default or cause?6Did you receive any quality awards in the past three years?7If applicable, describe any corrective action(s) initiated to solve any problems/deficiencies on this contract. Discuss the success of the corrective action(s) taken.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739910Q0030/listing.html)
 
Place of Performance
Address: MCAGCC, Twenty Nine Palms, CA
Zip Code: 92278
 
Record
SN02142179-W 20100508/100506234819-56942c23e5aee06f91c078690debc8ed (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.