SOLICITATION NOTICE
89 -- Bottled Water
- Notice Date
- 12/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 312112
— Bottled Water Manufacturing
- Contracting Office
- Letterkenny Army Depot (AMCOM-CC), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W911N211T0043
- Response Due
- 1/12/2011
- Archive Date
- 3/13/2011
- Point of Contact
- Donald Billman, 717.267.5874
- E-Mail Address
-
Letterkenny Army Depot (AMCOM-CC)
(donald.billman@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. Letterkenny Army Depot Contracting Office, Army Contracting Command (ACC), has a requirement for Bottled Water Services. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. This solicitation, W911N2-11-T-0043, is issued as a Request for Proposal (RFP). This is a 100% Small Business Set-Aside. The Government contemplates a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 312112. Standard Industrial Classification (SIC) is 2086. To be eligible to receive an agreement with the Federal Government, interested parties must be registered in the Central Contractor Registration (CCR) online at www.ccr.gov. As requested by the Government, via delivery orders issued under the IDIQ Contract, all responsible contractors shall provide an offer for the following: STATEMENT OF WORK C.1 BACKGROUND INFORMATION: C.1.1. Location of Work Site: Site of work shall be Letterkenny Army Depot (LEAD) located in the Cumberland Valley approximately 4 miles north of Chambersburg, Pa., Franklin County in south central Pennsylvania. The major roads serving the installation are by State Routes 997 and 433 off U.S. Route 11 from Chambersburg, Pa. or Shippensburg, Pa. to Gate 1 and Wisconsin Avenue Gate. The Scotland, Pa. interchange of Interstate 81 is located four miles southeast of Gate 1 on State Route 997. The Blue Mountain Turnpike is located 14 miles north of the installation. Civilian airfields within a 50-mile radius of LEAD are located at Chambersburg, PA, Middletown, PA. and Hagerstown, MD. The installation is 75 miles from Washington D.C. C.1.2. Climatic Conditions: Area climate is moderate with average seasonal temperatures (yearly average 52.2 degrees), generally mild winters with average rainfall of 41" per year and average yearly snowfall of 34". C.1.3. Scope of Work: The Contractor will furnish all personnel, equipment, and supplies, except as specified herein as Government furnished, to provide purified bottled water, distilled water and water dispensers to work sites at LEAD. The worksites are specified in this document. Performance will be according to the standards herein. C.1.3.1. Unforeseen Developments: The Contractor will promptly advise the Contracting Officer (KO) or the Contracting Officer's Representative (COR) of significant, unforeseen developments affecting the contract within five (5) working days of the event. The Contractor will take appropriate measures to obtain clarification of any direction or contract requirement which is not fully understood and incorporate such information into the work being performed. C.1.4. Public Disclosures: The Contractor will make no public announcement or disclosure relative to information contained or developed under this contract, except as authorized by the KO or the COR. C.1.5. Contractor's Representative: Prior to the start of the contract, the Contractor will designate in writing to the KO or the COR, a representative. This individual will be responsible for the overall management and coordination of this contract and will act as central point of contact with the Government. This individual will be available for contact during periods when work is being performed. C.1.5.1. The designated representative will direct the Contractor's working force and operations in accordance with the requirements specified within this statement of work and will be empowered with sufficient authority to enable him to meet conditions and make decisions which arise in the day-to-day operations. C.1.5.2. The representative or his alternate will be available at all times during normal business hours. C.1.6. Written Records: A written record of all conferences, meetings, discussions, verbal directions, telephone conversations, etc., relative to this contract per task order in which a Government representative(s) and the Contractor and/or a designated representative(s) participates will be documented within the contract folder. These records will be dated and will identify the contract number, the task order number (if applicable), and the PWS paragraph references, if applicable, participating personnel, subject discussed, and conclusions reached. The COR will forward to the Contracting Officer and the Contractor within seven calendar days, a reproducible copy of the records. C.1.7. Invoicing: Payment will be made in accordance with the terms of the solicitation/contract after satisfactory completion of the work and submission of a proper invoice to the KO. C.1.8. Contractor's Employees and Contractor's Vehicles: The Contractor will provide personnel possessing the skills, knowledge, and training to satisfactorily perform the services required by this contract. Personnel performing work under this work statement will remain employees of the Contractor and will not be considered employees of the Government. All privately owned vehicles (POVs) operated on the depot by the Contractor or his employees will be registered with the Directorate of Risk Management (DRSK), Building 2. Contract employees will park their personal and Contractor's vehicles in the area designated by the DRSK. The Contracting Officer or the COR, will notify the DRSK to invalidate all identification decals upon completion of the contract. C.1.8.1 Conflict of Interest: The Contractor will not employ any employee of the United States Government, either military or civilian, if such employment would create a conflict of interest. The Contractor will not employ any person who is an employee of the Department Of Defense, unless such person receives prior approval in writing from the KO. C.1.8.2 Conduct of Personnel: The Contractor will be required to remove from the job site any employee working under this PWS for reasons of misconduct, or security, or found to be or suspected to be under the influence of alcohol, drugs, or other incapacitating agent. The Contractor's employees will be subject to dismissal from the premises upon determination by the KO that such action is in the best interests of the Government. Such removal from the job site or dismissal from the premises will not be the basis for a claim by the Contractor and will not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this PWS. C.1.8.3 Contractor Identification: A standard identification badge will be provided by the Government to each Contractor employee, and will be worn at all times on the outer garment during working hours. Some buildings require secure access therefore badges will only be issued after the employee undergoes a security background check. The check will conducted each year the badge expires. If the employee fails the background check he/she will not be permitted to work on Depot. A list of employees will be given to the COR with the following information for the background check with DRSK: name (first middle last), social security number, birthday, and address. In addition to the Government issued badge the contractor is required to wear a company uniform and a picture identification badge stating the company name and employee name. C.1.8.4. Contractor Employee List: A list of Contractor's employees names and corresponding identification badge numbers will be furnished the Contracting Officer or the COR, by the Contractor prior to commencement of work. The Contractor will submit in writing any changes in staff prior to implementation of the change. In emergency situations and cases of adverse actions, the Contractor will submit the change in writing to the KO no later than 24 hours after the change is implemented. The Contractor shall assure that all identification badges are turned in to the COR upon completion of the contract or upon separation of any employee. The Contractor's personnel or any representative of the Contractor entering the installations where the job sites are located under this contract will abide by all security regulations and will be subject to security checks. C.1.8.5. Site Foreman: The Contractor will provide an on-site Site Foreman (SF) who will be physically present during operation to conduct overall management coordination and furnish liaison with the Government. The Site Foreman will be the Government point of contact and will have the authority to act or make decisions for the Contractor on all matters pertaining to operations during deliveries. The Site Foreman will have proficiency in the English language and will be able to discuss and convey the technical aspects of the work task, both orally and in written form. C.1.9. Circumstances to be reported: Unhealthy or hazardous conditions or interference with the work caused by Government employees shall be reported immediately to the Contracting Officer or the COR. C.1.10. Lost and Found Property: It is the responsibility of the Contractor to ensure all articles of personal or monetary value found by the Contractor's employees are turned in to the Security Office, located in Building 2. C.1.11. Quality Assurance: The Government will monitor the Contractor's performance. The Government reserves the option to implement whatever surveillance plan it considers appropriate, and to modify that plan as applicable. Government personnel will record all surveillance observations. The COR will maintain a file of all inspection results. Government surveillance of tasks not listed in the performance requirements summary or by methods other than those listed in the performance requirements summary may occur during the performance period of this contract. Such surveillance will be done according to standard inspection procedures or other contract provisions. If the services are found to be defective in workmanship or otherwise not in conformity with the specifications and requirements, the Government will have the right to reject such service and the work shall then be performed in an efficient and workmanlike manner without additional cost to the Government. Reoccurring incidences of unsatisfactory performance of any required service may result in appropriate action by the KO in accordance with the Inspection of Services clause(s). Quality control under this section shall apply to all task orders awarded under this contract. The verbiage of the task order may require additional quality control requirements above and beyond those mentioned in the base contract. C.1.11.1. Performance Quality: The Contractor is responsible for contract performance quality control. To facilitate this effort, the Contractor will be required to establish an inspection system acceptable to the Government. The Contractor will provide a Quality Assurance and Quality Control Plan (QAQC), which addresses methods for meeting the requirements of the contract. The Contractor will submit the outlined QAQC as part of the proposal. The complete QAQC will be submitted to the KO within thirty (30) days after the commencement date of the performance period. The QAQC will be incorporated into the contract. If deficiencies are detected, the Contractor will revise the QACQ as ordered by the KO. The plan will include but not limited to surveillance of label requirements per PA Regulation, leaking bottles, scheduling requirements, broken racks, frozen bottles and expiration dates. C.1.11.2. Contractor's Sole Responsibility: The Contractor is solely responsible for the quality of all contract deliverables and will perform services and develop products by referring to their QAQC to assure service and product quality. C.1.12 Performance Evaluation Meetings: The Contractor or the Contractor's Representative will meet with the KO, COR, Facilities Manager and other Government personnel as determined by the KO or COR. As a minimum, meetings will be held monthly. Written minutes of any such meetings will be prepared by the COR, provided to the Contractor for review and signature, and a copy of the minutes will be provided by the COR to the contractor and KO. If a non-concurrence exists with any portion of the minutes, such non-concurrence will be provided in writing to the COR within ten (10) calendar days following receipt of the minutes. A copy of all meeting minutes will be maintained by the contractor for the length of the contract performance period. If a meeting is not needed, the contractor will be notified in writing two (2) days before by the KO or COR. C.1.13. Interference with Government Operation: The Contractor and the Contractor's employees will perform all work in such a manner as to avoid interference with regularly scheduled Government operational activities. C.1.14. Hours of Operation: Service will be provided during normal government duty hours, 0600 to 1430, Monday through Friday, unless otherwise specified by the Contracting Officer or his/her representative. Various shops do not work during their lunch period. Lunch periods vary on depot from 1130-1230. The Contractor will not be providing service on Federal holidays to include: New Year's Day, January 1 Martin Luther King's Birthday, the third Monday in January President's Day, the third Monday in February Memorial Day, the last Monday in May Independence Day, July 4 Labor Day, the first Monday in September Columbus Day, the second Monday in October Veteran's Day, November 11 Thanksgiving Day, the fourth Thursday in November Christmas Day, December 25 The Contractor will be available for communication with the Government during the normal commercial working hours of 0800 to 1700. C.1.14.1. Depot Closures: The COR or KO will inform the contractor of depot closures. The Contractor will not be required to work or perform deliveries when the depot is closed due to inclement weather or unforeseen reasons. C.1.15. Scheduling: The Contractor will be responsible for the development of a delivery schedule. At the minimum all buildings will be delivered to on a biweekly schedule to ensure no building goes without water. The schedule will be submitted to the COR for quality and quantity assurance purposes. C.1.16. Losses or Damages Caused by the Contractor: The Contractor agrees to save harmless the Government from any claims for damage to property, bodily injury, or death resulting from activities of the Contractor, his agents, servants, and employees. The Contractor will be held accountable and liable to the Government for any damages to but not limited to Government facilities, fixtures, furnishings, equipment, telephone pedestals, electrical apparatus or grounds caused by the Contractor or his employees. The Contractor will verbally notify the KO or COR immediately following any occurrences. The Contractor will submit to the Contracting Officer or COR within twenty-four (24) hours following occurrences of any such damage, loss or injury, a complete report of the incident. C.1.17. Local Rules and Regulations: The contractors, subcontractors, suppliers and their employees will be governed by local, state, federal and installation rules and regulations. All the installation requirements are in the current issue of the pamphlet entitled "Security, Safety, and Fire Prevention for Contractors Performing Work on Letterkenny Army Depot, Chambersburg, PA", see Attachment 1 and any additional requirements determined necessary by the Contracting Officer or COR will be strictly complied with. C.1.17.1. Permits: The Contractor is responsible for identifying, obtaining and renewing all permits from federal, state, local, or installation agencies to carry out the requirements specified in this contract or detailed on an individual task order. C.1.17.2. Security Requirements: The Contractor and his employees will be required to comply with all Installation Regulations on security, which are in effect or may be put into effect during the course of performance of work under the contract. Required forms and instruction will be provided by COR for completion by the Contractor for access to the installation. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. C.1.17.3. Fire Regulations: The Contractor and his employees will be required to comply with all installation regulations on fire prevention which are in effect or may be put in effect during performance of work under this contract. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. C.1.17.4 Safety Requirements: The Contractor will abide by all rules, regulations, and pamphlets concerning safety on depot posted by local, state, and federal agencies. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Disregarding safety regulations in the industrial area will not be tolerated. C.1.17.4.1 Safety and Health Plan: The Contractor shall develop, document, and implement an effective safety and health program for this contract, including a corporate safety and health plan. This corporate safety and health plan will be submitted to the Contracting Officer for approval within thirty (30) days after contract award. A task/site specific accident prevention plan shall be developed/adapted to the services specified on the individual task orders. C.1.17.4.2 Packaging shipments: The Contractor will secure the water in order for it to be lifted by fork lift on or off of trucks. Bottles or racks holding bottles should not move or sway in any way while being lifted by forklifts. If a question arises about load movement the COR will be notified by the contractor, and the COR will make the final determination whether a delivery will be off loaded by forklift. The Government has the right to refuse to remove any delivery off a truck when safety becomes an issue. If load is determined unsafe for offload a Government forklift will not be used and the Contractor will off load by hand. 1.18 Non-Contractual Direction: Direction that contradicts contractual direction on task execution or which appear to violate licensing and/or proprietary considerations, shall be immediately brought to the attention of the Contracting Officer in writing or certified electronic document for resolution. C.2. DEFINITIONS: C.2.1. ASRS: Automatic Storage and Retrieval System. C.2.2. TPOC: Technical Point of Contact. C.2.3. Government: United States of America, U.S. Army, and/or Letterkenny Army Depot. C.2.4. LEMC: Letterkenny Munitions Center C.2.5. TMDE: Test Measurement and Diagnostic Equipment Center. C.2.6. Inspection: The examination and testing of supplies or services to determine whether they conform to contract requirements. C.2.7. Contracting Officer (KO): A person duly appointed with the authority to enter into, to change, and to administer contracts on behalf of the Government. C.2.8. Contracting Officer's Representative (COR): An individual, designated in writing by the Contracting Officer, who performs specific contract administrative functions. Alternate COR can be assigned with the same authority as the permanent COR. C.2.9. Contract Line Item Number (CLIN): An item of work for which the Contractor will receive compensation. The unit bid price of a CLIN represents the unit price the Contractor will receive relative to the cost attributed to that requirement. C.2.10. POC: Point of Contact C.2.11. FAR: Federal Acquisition Regulations: The federal government's regulation for the execution of all federal acquisitions and purchases with contractors and suppliers. It contains clauses which may or may not be included in the contract. C.2.12. Dispenser: A term for the device that dispenses water from the five (5) gallon water bottle. In this contract cooler is used interchangeably with dispenser. C.2.13. Days: When days are referenced in this contract anywhere, the term refers to calendar days. C.3. GOVERNMENT FURNISHED PROPERTY AND EQUIPMENT: C.3.1. Utilities: The Government will furnish, without cost to the Contractor, a reasonable amount of utilities from existing sources. These utilities are to be used only in conjunction with the performance of this contract. C.3.2. Government Facilities: The Government will not provide the use of any facilities to the Contractor. C.3.3. Equipment: The use of forklifts by Government employees to offload will be permitted as long as the safety and packaging requirements stated in sections C.1.17.4 and C.1.17.4.2 are met. The Government has the right to deny the use of forklifts any time for safety reasons. The KO will determine if the overall use of forklifts will be terminated for the remainder of the contract. Termination of forklift use will not be considered the basis for a claim by the Contractor and will not relieve the Contractor of the requirement to provide sufficient personnel and equipment to perform the services as required by this PWS. C.4. CONTRACTOR FURNISHED PROPERTY AND EQUIPMENT: C.4.1. Property: The Contractor will provide all equipment, tools, and supplies necessary to perform the required services and dispose of any residue generated as a result of the work performed. C.4.2. Equipment: All equipment used by or proposed to be used by the Contractor shall be in good mechanical condition and will be subject to approval by the KO before use in performance of this contract. A list of equipment to be used for this contract will be submitted for review along with the solicitation requirements. C.4.2.1. All equipment used by the Contractor in the performance of the work will be operated to conform to the vehicle code of the Commonwealth of Pennsylvania, http://www.dmv.state.pa.us/vehicle_code/index.shtml. No equipment may be parked within fifty (50) feet of a building in the Ammunition Area. C.5. SERVICES TO BE PERFORMED: C.5.1. The Contractor will furnish all personnel, equipment, and supplies, except as specified herein as Government furnished, to provide purified bottled water, distilled water and dispensers as detailed below. C.5.2. Purified Bottled Water: Provide five (5) gallon bottles of purified water to the following locations, only replacing empty bottles with full, not to exceed the quantities specified below for any given month. Contractor will rotate bottles when delivering to ensure the stock is properly rotated at each location. C.5.2.1. Bottles on dispensers: The Contractor is not responsible for replacing bottles on any coolers or distributing through the buildings specified. Exact locations in buildings specified will be identified at post award meeting. C.5.2.2. Drop Points: The drop point locations are subject to change. The contractor will be notified by the KO or COR for changes in the delivery points or quantities. BuildingArea Estimate of Bottles per Month 403 Radar Test Site 10 2383 LEMC 6 2702 LEMC 48 2755 LEMC 15 3297 Test Track 10 3315 LEMC 26 3321 LEMC 4 3387 LEMC 2 3750 LEMC 1 3812 LEMC 3 4755 LEMC 10 5300 LEMC 16 5426 LEMC 3 5647 LEMC 5 3810S LEMC 20 Estimated Total 179 C.5.2.3. Delivery: The amount of bottles delivered will be the same quantity as the number of empty bottles returned, not to exceed the quantity listed, unless directed otherwise by the COR. C.5.2.3.1. LEMC Delivery: All water that will be delivered to the LEMC area will be dropped off at Building 3315. C.5.2.4. Delivery Tickets: Delivery tickets or a delivery worksheet will be provided to the COR in Building 10, by 1430 (2:30pm) on day of delivery. An alternate ticket POC will be given at post award meeting in the event the COR is on leave. C.5.2.4.1. Ticket or Worksheet Format: Delivery tickets or a delivery worksheet will include but not limited the following information: date, building number, quantity of bottles delivered, quantity of bottles returned, and quantity of cooler delivered, quantity of coolers returned, comments, along with the signature of building POC. C.5.2.5 Labeling Requirements: Labeling requirements will follow the Pennsylvania Code Section 109.1007 Labeling requirements for bottled water systems, vended water systems and retail water facilities, see http://www.pacode.com/secure/data/025/chapter109/s109.1007.html. Labels will be checked randomly in accordance with the PRS in this contract and QAQC plan developed by the Contractor. C.5.3.Water Dispensers: Provide new cold water dispensers, unless otherwise stated by COR, to locations as needed in the quantities specified by COR when new requirements are approved through the DPW Facilities Engineer. C.5.4. Emergency Water: Provide bottled water on an emergency basis, up to four hundred (400) five (5) gallon bottles within twenty-four (24) hours of notification. C.5.5. Distilled Water: Provide distilled water to Building 4-S and 360, Industrial Wastewater Treatment Plant (IWTP) as needed in quantities specified by COR. C.5.5.1. Packaged Distilled: Distilled water will come in quantities of one (1) case which consists of six (6) one (1) gallon containers. C.6 APPLICABLE DOCUMENTS: C.6.1. Documents applicable to this Performance Work Statement are listed below. These documents are mandatory and the Contractor is obligated to follow them. Supplements and amendments to mandatory publications will be considered to be in the full force and the responsibility of the Contractor. It is the Contractor's responsibility to ensure that all mandatory publications are posted and up-to-date. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. C.6.2. Army Regulation and Pamphlets: All Army Regulations apply to any work performed on Depot and can be found at the following website http://www.whs.mil/library/mildoc.htm. AR 385-10 Army Safety Program, AR 385-55 Prevention of Motor Vehicle Accidents, AR 604-10 Personnel Security Program, C.6.3. Other Manuals: All LEAD Regulations, Pamphlets, and Memorandums apply to any work performed on Depot. C.6.3.1. OSHA Part 1910- Occupational Safety and Health Standards can be found at http://www.osha.gov/index.html under Regulations / Standards. C.6.3.2. Lead Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD, see Attachment 1. C.6.3.3. LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg4, see Attachment 2. C.6.4. Other Rules and Regulations: The Contractor will comply with all applicable federal, state and local laws, executive orders, rules and regulations applicable to its performance under this contract. C.6.4.1. Labeling: Labeling of bottles will be enforced by random inspections of the requirements stated within Pennsylvania State laws see Attachment 3. C.7. INSPECTION CRITERIA: The Government has the option, to inspect work in progress and areas completed to assure that all requirements of paragraph C.5. are being met. Such inspection is anticipated to be performed during the performance of the work and upon conclusion of specific phases as included within the Contractor's accepted technical proposal. C.8. PERFORMANCE REQUIREMENT SUMMARY PERFORMANCE REQUIREMENT SUMMARY (PRS)FOR LETTERKENNY PURIFIED BOTTLED WATER Per Para. C.5.2 through C.5.2.4.1 Desired Outcomes: Deliver Purified Water Required Service: Deliver water weekly with the rotation of stock regularly Performance Standard: 98% Delivery Accuracy; 1% leaking bottles; 1% contaminated bottles over contract life; correct problems within 48 hours of notification Acceptable Quality Level (AQL): 97% of bottles have no deformities or problems associated with them; 97% of deliveries are made on time Monitoring Method: Random sampling; Unscheduled inspections; Validated complaints Incentives/Disincentives: Invoices paid within time frame; Minus 0.5% for the amount missing, damaged, or not corrected within time frame Per Para. C.5.4 Desired Outcomes: Deliver Emergency Purified Water Required Service: Deliver water on demand within 24 hours of request Performance Standard: 98% Delivery Accuracy; 1% leaking bottles; 1% contaminated bottles over contract life; correct problems within 48 hours of notification Acceptable Quality Level (AQL): 97% of bottles have no deformities or problems associated with them; 97% of deliveries are made on time Monitoring Method: Random sampling; Unscheduled inspections; Validated complaints Incentives/Disincentives: Invoices paid within time frame; Minus 0.5% for the amount missing, damaged, or not corrected within time frame Per Para. C.5.5 through C.5.5.1 Desired Outcomes: Deliver Distilled Water Required Service: Deliver on demand by the next scheduled delivery Performance Standard: 98% Delivery Accuracy; 1% leaking bottles; 1% contaminated bottles over contract life; correct problems within 48 hours of notification Acceptable Quality Level (AQL): 97% of bottles have no deformities or problems associated with them; 97% of deliveries are made on time Monitoring Method: Random sampling; Unscheduled inspections; Validated complaints Incentives/Disincentives: Invoices paid within time frame; Minus 0.5% for the amount missing, damaged, or not corrected within time frame Per Para. C.5.3 Desired Outcomes: Deliver Water Coolers Required Service: Deliver on demand by the next scheduled delivery Performance Standard: 98% Delivery Accuracy; correct problems within 48 hours of notification Acceptable Quality Level (AQL): 97% of coolers have no deformities or problems associated with them; 97% of deliveries are made on time Monitoring Method: Random sampling; Unscheduled inspections; Validated complaints Incentives/Disincentives: Invoices paid within time frame; Minus 0.5% for the amount missing, damaged, or not corrected within time frame BASE PERIOD Contract Line Item Number (CLIN) 0001: The Contractor shall furnish all personnel, equipment, and supplies, except as specified as Government-furnished, to provide purified bottle water in 5-Gallon containers as specified in each delivery order and in accordance with paragraph C.5.2 of the Statement of Work. Quantity 2,148, Unit EA CLIN 0002: The Contractor shall provide purified bottled water service on an emergency basis in accordance with pricing for CLIN 0001 and with paragraph C.5.4 of the Statement of Work. Quantity 1400, Unit EA. CLIN 0003 - The Contractor shall provide Cold Water Dispensers as required in accordance with paragraph C.5.3 of the Statement of Work. Quantity 10, Unit EA CLIN 0004: The Contractor shall provide distilled water as needed in quantities specified in each delivery order and in accordance with paragraph C.5.5 of the Statement of Work. Quantity 20, Unit CASE OPTION YEAR ONE CLIN 0001: The Contractor shall furnish all personnel, equipment, and supplies, except as specified as Government-furnished, to provide purified bottle water in 5-Gallon containers as specified in each delivery order and in accordance with paragraph C.5.2 of the Statement of Work. Quantity 2,148, Unit EA CLIN 0002: The Contractor shall provide purified bottled water service on an emergency basis in accordance with pricing for CLIN 0001 and with paragraph C.5.4 of the Statement of Work. Quantity 1400, Unit EA. CLIN 0003 - The Contractor shall provide Cold Water Dispensers as required in accordance with paragraph C.5.3 of the Statement of Work. Quantity 10, Unit EA CLIN 0004: The Contractor shall provide distilled water as needed in quantities specified in each delivery order and in accordance with paragraph C.5.5 of the Statement of Work. Quantity 20, Unit CASE OPTION YEAR TWO CLIN 0001: The Contractor shall furnish all personnel, equipment, and supplies, except as specified as Government-furnished, to provide purified bottle water in 5-Gallon containers as specified in each delivery order and in accordance with paragraph C.5.2 of the Statement of Work. Quantity 2,148, Unit EA CLIN 0002: The Contractor shall provide purified bottled water service on an emergency basis in accordance with pricing for CLIN 0001 and with paragraph C.5.4 of the Statement of Work. Quantity 1400, Unit EA. CLIN 0003 - The Contractor shall provide Cold Water Dispensers as required in accordance with paragraph C.5.3 of the Statement of Work. Quantity 10, Unit EA CLIN 0004: The Contractor shall provide distilled water as needed in quantities specified in each delivery order and in accordance with paragraph C.5.5 of the Statement of Work. Quantity 20, Unit CASE OPTION YEAR THREE CLIN 0001: The Contractor shall furnish all personnel, equipment, and supplies, except as specified as Government-furnished, to provide purified bottle water in 5-Gallon containers as specified in each delivery order and in accordance with paragraph C.5.2 of the Statement of Work. Quantity 2,148, Unit EA CLIN 0002: The Contractor shall provide purified bottled water service on an emergency basis in accordance with pricing for CLIN 0001 and with paragraph C.5.4 of the Statement of Work. Quantity 1400, Unit EA. CLIN 0003 - The Contractor shall provide Cold Water Dispensers as required in accordance with paragraph C.5.3 of the Statement of Work. Quantity 10, Unit EA CLIN 0004: The Contractor shall provide distilled water as needed in quantities specified in each delivery order and in accordance with paragraph C.5.5 of the Statement of Work. Quantity 20, Unit CASE OPTION YEAR FOUR CLIN 0001: The Contractor shall furnish all personnel, equipment, and supplies, except as specified as Government-furnished, to provide purified bottle water in 5-Gallon containers as specified in each delivery order and in accordance with paragraph C.5.2 of the Statement of Work. Quantity 2,148, Unit EA CLIN 0002: The Contractor shall provide purified bottled water service on an emergency basis in accordance with pricing for CLIN 0001 and with paragraph C.5.4 of the Statement of Work. Quantity 1400, Unit EA. CLIN 0003 - The Contractor shall provide Cold Water Dispensers as required in accordance with paragraph C.5.3 of the Statement of Work. Quantity 10, Unit EA CLIN 0004: The Contractor shall provide distilled water as needed in quantities specified in each delivery order and in accordance with paragraph C.5.5 of the Statement of Work. Quantity 20, Unit CASE Minimum and Maximum Quantities: In accordance with the contract clause entitled "Indefinite Quantity", the minimum quantity that will be ordered by the Government during the effective period of the contract shall be four hundred (400) 5-Gallon containers of purified bottled water and two (2) Cases of distilled water with each case consisting of six (6) 1 Gallon containers of distilled water. The maximum quantity the Government may order during the effective period of the contract shall be nineteen thousand nine hundred (19,900) 5-Gal containers of purified bottled water and one hundred fifteen (115) cases of distilled water with each case consisting of six (6) 1 Gallon containers of distilled water. The full text of a FAR provision or clause may be accessed electronically at www.farsite.af.mil. The following provisions will be included in the established agreements: 52.212-1 Instructions to Offeror-Commercial Items; The award decision will be based on Lowest Priced Technically Acceptable. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial Items or do so online at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Alt 1 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous contracts and Compliance Reports; 52.222-26 Equal Opportunity; 52.232-36 Payment by Third Party; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.223-18 Contractor Policy To Ban Text Messaging While Driving; 52.242-13 Bankruptcy; 52.242-15 Stop-Work Order; 52.247-29 F.O.B. Origin; 252.204-7004 Alt A Central Contractor Registration; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications. CLAUSES INCORPORATED BY FULL TEXT 52.252-2CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov (End of clause) 52.252-6AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a)The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b)The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation. (End of clause) L2 AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: HQ, Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 FAX # (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. L19 Electronic Invoicing ARMY ELECTRONIC INVOICING INSTRUCTIONS WIDE AREA WORKFLOW (WAWF) The contractor shall submit payment request using the following method: Wide Area Workflow (WAWF). WAWF allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. In order to use WAWF, Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Columbus by fax to 1-877-426-4270. Please make sure the contract/purchase order number is included in the fax. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is www.ccr.gov. Offers are due by 12 January 2011, 9:00AM Eastern Standard Time (EST). Submit offers via fax to (717) 267-9834 (Attn: Don Billman) or email to donald.billman@us.army.mil. Contracting Office Address: Letterkenny Army Depot (AMCOM), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Place of Performance: Letterkenny Army Depot (AMCOM), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg PA 17201-4152 US Point(s) of Contact: Donald Billman, 717-267-5874 Letterkenny Army Depot (AMCOM-CC)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4cff3c055bd7dc05b6e94ab6c9cf03f6)
- Place of Performance
- Address: Letterkenny Army Depot (AMCOM-CC) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
- Zip Code: 17201-4152
- Record
- SN02347665-W 20101222/101220234203-4cff3c055bd7dc05b6e94ab6c9cf03f6 (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 |