SOLICITATION NOTICE
W -- Lease Latrine Trailers- SAF
- Notice Date
- 6/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1001 761st Tank Bat. Ave Room W103, Fort Hood, TX 76544
- ZIP Code
- 76544
- Solicitation Number
- W9148N101724000
- Response Due
- 7/9/2010
- Archive Date
- 1/5/2011
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9148N101724000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-09 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft Hood, TX 76544 The USA ACC MICC Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, Restroom trailer rental; One (1) trailer with 15 stalls and 4 sinks female, one (1) trailer with 10 stalls 5 urinals and four sinks male. Integrated stabilizer jacks on each side of each trailer.corrosion-resistant metal removable/folding porch platforms with handrails at each restroom doorway. Insulated, lockable exterior access doors, Each restroom door, shall be marker Men or Women, or equal usingweather resistant markings. Interior wall surfaces will be covered with washable, water-resistantcoating. Interior floor surface constructed of washable/waterproof, slip resistant,rubberized material. Roof-mounted Air Conditioner and heating units; all necessary ductwork tosupply adequate cool air and heat (as required) to all rest rooms and maintain and interior air temperature of 76 degrees Fahrenheit. Each restroom shall include the following: at least One pump-style soap dispenser with removable, replaceable soap, storage reservoir per restroom. One trash receptacle per restroom, One paper towel dispenser per restroom, and One standard toilet paper dispenser per stall.Soap, trash bags, paper towels, and toilet paper will be supplied by thecontractor.The desired layout is for one (1) trailer with 15 stalls and 4 sinks female, one (1) trailer with 10 stalls 5 urinals and four sinks male, but substitutions will be accepted., 12, MO; LI 002, Delivery and set up. The contractor is responsible for the safe transport of the Mobile Restroom Trailers to the vicinity of the Aviation Mobilization Training Center, located at North Fort Hood, Texas and removal from this location once the contract ends., 1, EA; LI 003, Fresh water supply will be via hose connected to water source (provided by the contractor). Grey waste water can be dumped into a bladder (provided by the contractor) and dumped off at 72nd Street in front of building 4653 by the recycling center., 12, MO; LI 004, Service/maintain Mobile Latrine Trailers; Soap, trash bags, paper towels, and toilet paper will be supplied by thecontractor. The Contractor shall provide services to remove accumulated wastes from integral storage reservoir(s). The frequency of this service shall be adequate to ensure the integral storage reservoir(s) do not reach their maximum capacity. Daily restroom cleaning and trash removal will be provided by the contractor. The contractor shall provide continuous monitoring by valet service monitors to maintain a clean and sanitary toilet. All periodic and standard maintenance associated with the proper function of the Mobile Restroom Trailer is considered incidental to the lease/rental (which ever word is applicable) and shall therefore be performed by the contractor at the contractors expense under this contract. Standard maintenance includes but is not limited to electrical systems, mechanical systems, and plumbing systems. The contractor shall provide emergency phone numbers for key personnel to contact in the event of emergency maintenance services are required. In the event of restroom malfunction, the contractor shall provide service within two hours of initial contact by the Government per emergency call. The Fort Hood Waste disposal site will be available for use by the contractor for all waste disposal associated with this requirement., 12, MO; LI 005, Tear down and pick up; removal from Aviation Mobilization Training Center, located at North Fort Hood, Texas once the contract ends., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In responding to this solicitation/request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Whether the solicitation/request for quote contains a Brand Name or Equal evaluation criteria OR a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of anitem that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency.Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer/bid.If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" or a "meet or exceed" basis, your seller bid specification should indicate: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your bid response does not contain all of the required information called out in this notice, your bid will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. NAICS Code 532490 must be on Contractor's CCR before a bid can be accepted Fedbid is a mechanism used by this office to solicit for common usecommercial items in accordance with FAR 13.5. Fedbid is NOT a forum forfiling protests against the Government. Attempts to file protests throughFedbid will not be considered legitimate as they do not conform to the If youwant to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527; Facsimile number (703) 806-8866 or 8875. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is notavailable, contact the HQ, AMC to obtain the AMC-Level Protest procedures.requirements in the Federal Acquisition Regulation (FAR).Interested parties wishing to file an agency protest must abide by theprovisions in FAR Part 33, Protests, Disputes, and Appeals. The HQ,AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC, as an Alternate DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office (GAO) or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decision goalis to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications;FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Proposed responders must submit any questions concerning this solicitation before 07 July 2010, 1200 CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. FOB Destination CONUS (CONtinental U.S.) See attached applicable clauses Bid MUST be good for 30 days after submission. No partial bids will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/19e8be86bfd412357a271f5e805f4281)
- Place of Performance
- Address: Ft Hood, TX 76544
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN02192435-W 20100702/100630234750-19e8be86bfd412357a271f5e805f4281 (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 |