SOLICITATION NOTICE
W -- PORTABLE LATRINES
- Notice Date
- 5/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124711T0055
- Response Due
- 6/1/2011
- Archive Date
- 7/31/2011
- Point of Contact
- KHRISTINA M MATTHEWS, (910) 907-5111
- E-Mail Address
-
Fort Bragg Contracting Center
(khristina.m.matthews@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. COMBINED SYNOPSIS/SOLICITATION Mission Contracting Office-Fort Bragg (MCO-FB) PORTABLE LATRINE SERVICES (i)This is a Combined Synopsis and Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, as supplemented with additional information included in this notice. (ii)This Solicitation document, W91247-11-T-0055, is issued as a Request for Quote (RFQ) for the procurement of portable latrine services. Quotes received from this RFQ will be evaluated using FAR Part 13 Procedures. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (iii)This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, Effective 6 March, 2011. (i)Notice of Total Small Business Set-Aside. Quotes received from other than small business concerns will not be considered. The associated North American Industrial Classification System (NAICS) code is 562991; Septic Tank and Related Services with a small business size standard of $7 Million. (ii)The Mission Contracting Office-Fort Bragg (MCO-FB) requires the following items (Exact Match Only): CLIN #QTY:DescriptionQuote 00150Portable Latrine Units$ 0021,300Service of Units$ 0035Handicap Latrine Units$ 004130Services of Handicap Latrine Units$ 00515Hand-wash Units $ 006390Services of Hand-wash Units$ Total:$ (iii)The requirement shall be Firm Fixed Price (FFP). (iv)PERIOD OF PERFORMANCE: The period of performance will commence on 6 June 2011 and services will continue through 20 June 2011. (v)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors - Commercial Items. (vi)52.212-2; Evaluation Commercial Items. The Government will evaluate Quotes in response to this RFQ in accordance with FAR Part 13.106 procedures (lowest price) and award a purchase order/contract to the responsible offeror whose Quote conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (vii)FAR 52.212-3; Offeror Representations and Certifications Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (viii)The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. (ix)FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.204-7 -- Central Contractor Registration (Apr 2008), FAR 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving (Sep 2010), 52.242-13 -- Bankruptcy (Jul 1995), 252.232-7010 -- Levies on Contract Payments (DEC 2006). FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Service (OCT 2008). (x)The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.232-33, 52.232-34, and 52.225-13. The full text of a FAR clause may be accessed electronically at https://www.acquisition.gov/far/. (xi)Central Contractor Registration (CCR) Requirement - Company must be registered on CCR before an award could be made to them. If a company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. (xii)Quote(s) MUST be good for 30 calendar days after submission. (xiii)In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and 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. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. (xiv)FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil). Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. (xv)FAR 52.252-2; CLAUSES 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): http://farsite.hill.af.mil (End of Clause) 1.Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. 2.WAWF Instructions An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award. CAGE CODE: To be determined at time of award ISSUE BY DODDAC: W91247 ADMIN BY DODDAC: W91247 INSPECT BY DODAAC: W81LNC ACCEPT BY DODAAC: W81LNC LOCAL PROCESSING OFFICE DODAAC: W81LNC PAYMENT OFFICE DODDAC: To be determined at time of award. THE FOLLOWING DFARS CLAUSES APPLY TO THIS ACQUISITION: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificates to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 5152.233-4000AMC-LEVEL PROTEST PROGRAM (NOV 2008) (LOCAL CLAUSE) 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 Government Accountability Office 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 to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want 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, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by an express courier 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: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause) QUESTION SUBMISSION: Interested offerors must submit any questions concerning the Solicitation no later than 24 May 2011. Questions must be submitted in writing to Contract Specialist, Khristina M. Matthews, at khristina.m.matthews@us.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Submission of Quotes shall be forwarded to Contract Specialist, Khristina M. Matthews, by email at khristina.m.matthews@us.army.mil by 1 June 2011 at 12:00 PM, local time. The point of contact (POC) for this acquisition is Khristina M. Matthews at 910-907-5111 or via email at khristina.m.matthews@us.army.mil. A detailed Statement of Work is provided below at Attachment 1. ATTACHMENT 1 STATEMENT OF WORK PORTABLE LATRINES AND HAND-WASHING STATIONS I.PURPOSE. The purpose of this contract is to provide portable latrines at 82nd base location. II.STATEMENT OF WORK. The contractor shall provide all required Portable Latrines to include the set up, cleaning and servicing of all equipment associated with the contract, in order to sustain daily operations. The vendor shall perform levels of maintenance, at the site, with equipment in place, in a manner that will not cause interruption of training site operations. A.Specifications B.Portable Latrine -- the contractor shall provide fully enclosed outdoor type portable latrines, each equipped with hand sanitizers that meet the following minimum specifications: i.Each portable latrine shall be fully enclosed with a cabana constructed of materials impervious to chemicals and waste. ii.The urinals and connected plumbing shall be manufactured of materials impervious to chemicals and waste. iii.Each portable latrine shall have a minimum 50-gallon tank assembly constructed of materials impervious to chemicals and waste and have a smooth surface to facilitate cleaning. iv.The doors shall be self-closing and tight fitting. Door hinges will be one of the following types; piano hinges, butt hinges or heavy-duty spring-loaded hinges. Hinges shall be securely attached and tamper resistant. v.A minimum vent area to the outside of the tank of 12.5 square inches (a circle approximately 4 inches in diameter) shall be provided. The contractor shall have a minimum of two-screened ventilation areas venting the cabana, each having a minimum of 50 square inches of vent area. The vents will be fitted with a minimum size 16 mesh screening material to keep flies, wasp, insects, etc. out of the latrine. vi.The contractor shall ensure each unit is equipped with a two-roll toilet tissue dispenser and that toilet tissue is continuously stocked in the dispensers. Each latrine shall be stocked with sufficient rolls of toilet tissue to last between stocking services. Toilet tissue shall always be maintained in the dispenser. The dispenser shall be constructed in a manner to prevent free reeling of the tissue paper. The contractor is responsible for ensuring all latrines contain 4 rolls of toilet tissue, wrapped in a plastic bag to last between restocking. vii.The contractor shall ensure that all portable latrines attached are tied down separately or in groups using a standard tie down strap or substantial rope connected on each end to rebar type stakes firmly positioned in the ground. The contractor shall provide all tie-downs, ropes and staking equipment. The contractor shall anchor each portable latrine with a nylon rope or strap secured on the sides with metal stakes and will re-secure the latrine when they are moved. The contractor shall be on call in the event that any portable latrines are blown over due to unforeseen circumstances. The contractor shall reposition the latrine properly within a 24 hour period upon notification and steam clean the entire toilet surface inside and out. viii.The contractor shall ensure all chemical latrines have a marking in letters and numbers at least 2 inches high showing the owner and the unique number for each latrine. ix.The contractor shall position the latrine units where each unit is accessible to the customer. The latrine units shall be set according to guidance set forth by 82nd personnel. x.Each latrine provided shall be equipped with a hand sanitizer dispenser installed on the inside wall of the latrine. The dispenser shall be made of a durable refillable type dispenser; disposable pump type bottles are not acceptable. The contractor shall be responsible for ensuring the dispenser is always full of solution. The solution shall not contain less than 70% ethanol (ethyl alcohol). The contractor shall ensure that all hand sanitizing dispenser are filled, clean and serviceable at all times. Any unserviceable or malfunctioning hand sanitizer will be replaced immediately. C.Daily Cleaning of Portable Latrines i.Contractor will check in at Division-G4, Bldg 609 prior to entry to training areas for cleaning. ii.The contractor shall provide all materials, tools, equipment, personnel, supervision, chemicals, cleaning supplies, sewage trucks, trucks with lift capability, potable water trucks necessary to clean, service, and maintain all latrines and shower units. iii.The contractors shall vacuum sewage, replace chemicals, pressure rinse and wash down all latrine units to ensure the latrines are continuously free of dirt, grime, trash and foreign matter. Debris such as cans, bottles, rags, sticks, etc., will be removed from the waste tank, collected and hauled away for proper disposal. No debris will be allowed to contaminate the outside area around the latrine. iv.The contractor shall wash the toilet seat, urinal, and adjacent area around the toilet seat with a sanitizing cleaning solution capable of removing all built up dirt and waste. The standard of cleanliness required at all times for all latrines is an environment that is free of dirt, grime, trash, dust, sand, spills, or offensive smells. v.The contractor shall be responsible for cleanup of any spills related to its operation. vi.The contractor shall constantly refill toilet paper dispensers and hand sanitation gel dispensers. vii.The contractor shall leave the area in and around the latrines in a sanitary state. A sanitary state means that the immediate 10 foot area surrounding each latrine is liter free, and that there is no evidence of any waste spill from the latrines either while filling the latrines or emptying the latrines. viii.The contractor shall use a hot water steam cleaning process to pressure wash each latrines when the latrines fail to meet cleanliness standards. The level of cleanliness requires that each latrine shall be at all times free of dirt, grime, sand, dust, spills, flies, bugs, or noxious odors. The hot water pressure washers used shall have a minimum 1,500-psi with a variable adjustable nozzle, a temperature output of 190 to 200 degrees Fahrenheit, and be equipped with a high-pressure detergent injector. Pressure washing shall have sufficient force in conjunction with adequate cleaning solutions to remove built up residues and scale and will include cleaning the inside wall; cleaning the holding tank to remove build up; cleaning the space between the tank, urinal and walls; removal or reduction of graffiti; removal of urinal build up; disinfecting toilet seat, urinal, and door handle and exterior cleaning. D.Removal of Waste from the Portable Latrines i.The contractor shall provide all necessary trucks needed to timely remove waste materials from each latrine. The contractor shall be responsible for replenishing and recharging liquid levels as required keeping each unit fully functional. For a latrine to be considered fully functional the waste fluid levels shall never reach a level that would be considered unsanitary or unhygienic. The contractor shall further ensure that its servicing trucks are properly maintained to include all hoses, valves, connections and tanks operate without failure, and that all hoses shall be leak free and pliable. ii.The contractor shall dispose of waste and debris materials collected from 82nd Division sites at an offsite approved waste disposal location. If the contractor is found in violation of this requirement, the contract shall be subject to termination. E.Maintenance of Portable Latrines i.All latrines in need of repair will be repaired or replaced within a 24 hour period upon notification of the deficiency by the COR. ii.The contractor shall ensure each latrine is in a serviceable condition. iii.The contractor shall be required within two (2) days of notification to remove all portable latrines designated as no longer required by the COR or designated G4 personnel point of contact. iv.The contractor shall ensure all equipment and transportation used in conjunction with unloading, loading, set-up and delivery of latrines are mechanically sound and safe. v.The contractor shall provide all maintenance and repair for all portable latrines, to include but not limited to, i.e., replacing locks, hinges, etc. needed to maintain the serviceable condition of each unit. The contractor shall repair the portable latrines within twenty-four (24) hours of notification. If a latrine is found to be non-repairable on site, it shall be removed from service and replaced with a new portable latrine within twenty-four (24) hours. vi.The contractor shall provide equipment that is safe and in operational condition. If the Contracting Officer or the COR determines that any item of equipment or property furnished is not suitable for performance under this contract, the Contracting Officer will promptly inform the contractor of the deficiency that needs to be repaired or replaced within twenty-four (24) hours. F.Placement/Movement of Portable Latrines i.The contractor shall place portable latrines in locations for a period 6 June 2011 to 20 June 2011, as designated by the Division G4 designated point of contact (POC). ii.The contractor shall ensure that all portable latrines delivered under this contract shall meet the minimum specifications as detailed in the Technical Specifications of this statement of work. iii.The contractor shall be responsible for ensuring the placement of the latrines shall be placed on a level surface with the door facing away from any prevailing winds. iv.The contractor shall have the ability to relocate latrines within twenty-four (24) hours of notification by the COR. G.Clean-up Responsibilities i.The contractor shall be responsible for immediate clean-up of all contaminated medias and waste materials associated with or resulting from any spills (POL, solvents, waste water, battery acids, paints, lubricants, refrigerant oils, hydraulic fluids, anti-freeze etc.) ii.In the event accidental or deliberate spillages events do occur and the contractor fails or refuses to clean the spill, the contractor shall be liable for the costs, which will be deducted from the monthly invoice for the contracted maintenance and power. H.Additional Requirements i.Government has the right to request cleaning services in addition to the daily requirements, at an additional fee per unit. Government may request additional cleaning of one or all of the units on site. Contractor will have twenty-four (24) hours to be on site and clean requested unit(s) after notification received. ii.Government may request additional portable latrine(s) to be located at different location in 82nd Division dependent on training mission, at an additional fee per unit. Contractor will have twenty-four (24) hours to delivery requested unit(s) after notification received. iii.Government may request portable latrine(s) be removed from site dependent on training mission, at an additional fee per unit. Contractor will have twenty-four (24) hours to remove unit(s) after notification received. iv.Government may request portable latrine(s) be relocated on site due to training mission, at an additional fee per unit. Contractor will have twenty-four (24) hours to relocate unit(s) after notification received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f503ef5af25e1db103ebe04795707463)
- Place of Performance
- Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02452616-W 20110521/110519234940-f503ef5af25e1db103ebe04795707463 (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 |