Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

W -- Portable Toilet Rental and Service for Arizona

Notice Date
6/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-11-T-0022
 
Response Due
7/8/2011
 
Archive Date
9/6/2011
 
Point of Contact
Charles Schmidt, 602-267-2849
 
E-Mail Address
USPFO for Arizona
(charles.r.schmidt@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13 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. Solicitation W912L2-11-T-0022 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-42. The associated NAICS codes is 562119, small business size $12.5 Million. COMMERCIAL ITEM DESCRIPTION: The USPFO for Arizona is seeking to establish a Blanket Purchase Agreement (BPA) for PORTABLE TOILETS RENTAL AND SERVICE FOR PRIMARILY THE SOUTHERN PORTION OF ARIZONA, BUT NOT LIMITED TO JUST THIS REGION. SERVICES ARE REQUIRED TO BEGIN ON OR ABOUT 15 JULY 2011 AND CONTINUE THROUGH 30 SEPTEMBER 2011. THIS REQUIREMENT MAY BE EXTENDED BEYOND 30 SEPTEMBER 2011. LINE ITEM 1: 1. Contractor Requirements. The Contractor will provide portable restroom waste facilities for up to 45 Soldiers at the Douglas Customs Border Patrol Operational sectors. The contractor shall provide service cleaning and maintenance for the facilities. Facilities shall be thoroughly cleaned and sanitized including but not limited to all surfaces, urinals, sinks, floors and any other area as required. Maintenance shall be performed to ensure all doors, equipment is functional. Facilities will not be inoperable for more than four hours for normal servicing and no more than 24 hours for repair. Normal servicing should be scheduled as necessary to maintain sanitary health conditions. If the Contractor is unable to repair the facility within 24 hours, the inoperable facility will be replaced. The Contractor will transport the facility to and from the identified sites and will have the facilities fully functional no later than 1000hrs on 15 July 2011. The facilities or replacement rotational facilities are to remain on the designated sites for a 24 hour duration; 7 days a week calendar month, until otherwise noted by the Arizona National Guard contracting office. Functions to be performed by the Contractor are: 2.1 Provide (1). Services to be provided weekly, as necessary, will include but are not limited to: waste pumping, solution replacement, sanitizing and material replacement. 2.2 Provide (1). Materials stocked should include toilet paper and hand sanitizer 2.3 The Contractor will replace any facility damaged or displaced by weather. The Vendor will re-install or replace the facility as necessary. 2.4 Provide (1) Total 06 Facilities at 3 Sites. 2 facilities at EA site at the designated location. Site 1(McDonalds Campsite) Latitude Longitude Facility #131.42958 -109.13393 Facility #231.42958-109.13393 Site 2(MM 6.5 Panther) Latitude Longitude Facility #3 31.3398-109.383 Facility #431.3398-109.383 Site 3(Red Route) Latitude Longitude Facility #5 31.34192-109.41667 Facility #631.34192-109.41667 2.5 At this time, any interested parties may perform a site visit to determine existing resources and determine jobsite requirements. All interested parties must contact charles.r.schmidt@us.army.mil to arrange for a site visit. 3. Terrain Description: The terrain is rugged with reinforced gravel/dirt setting surrounding. The contractor will need to provide utilities that can function correctly using this terrain setting. Line item 1: $___________ea/month x 06 = $___________ LINE ITEM 2: 1. Contractor Requirements. The Contractor will provide portable restroom waste facilities for up to 75 Soldiers at the Naco Customs Border Patrol Operational sectors. The contractor shall provide service cleaning and maintenance for the facilities. Facilities shall be thoroughly cleaned and sanitized including but not limited to all surfaces, urinals, sinks, floors and any other area as required. Maintenance shall be performed to ensure all doors, equipment is functional. Facilities will not be inoperable for more than four hours for normal servicing and no more than 24 hours for repair. Normal servicing should be scheduled as necessary to maintain sanitary health conditions. If the Contractor is unable to repair the facility within 24 hours, the inoperable facility will be replaced. The Contractor will transport the facility to and from the identified sites and will have the facilities fully functional no later than 1000hrs on 15 July 2011. The facilities or replacement rotational facilities are to remain on the designated sites for a 24 hour duration; 7 days a week calendar month, until otherwise noted by the Arizona National Guard contracting office. 2. Functions to be performed by the Contractor are: 2.1 Provide (1). Services to be provided weekly, as necessary, will include but are not limited to: waste pumping, solution replacement, sanitizing and material replacement. 2.2 Provide (1). Materials stocked should include toilet paper and hand sanitizer 2.3 The Contractor will replace any facility damaged or displaced by weather. The Vendor will re-install or replace the facility as necessary. 2.4 Provide (1) Total 10 Facilities at 5 Sites. 2 facilities at EA site at the designated location. Site 1(Coronado) Latitude Longitude Facility #131.348772-110.257864 Facility #231.348772-110.257864 Site 2(Forest Lane) Latitude Longitude Facility #331.345345-110.239148 Facility #431.345345-110.239148 Site 3(G-2) Latitude Longitude Facility #531.34614-109.769562 Facility #631.34614-109.769562 Site 4(Serenidad) Latitude Longitude Facility #731.343671-110.110091 Facility #831.343671-110.110091 Site 5(Adobe Hut) Latitude Longitude Facility #931.377683-109.973916 Facility #1031.377683-109.973916 2.5 At this time, any interested parties may perform a site visit to determine existing resources and determine jobsite requirements. All interested parties must contact charles.r.schmidt@us.army.mil to arrange for a site visit. 3. Terrain Description: The terrain is rugged with reinforced gravel/dirt setting surrounding. The contractor will need to provide utilities that can function correctly using this terrain setting. Line item 2: $___________ea/month x 10 = $___________ LINE ITEM 3: 1. Contractor Requirements. The Contractor will provide portable restroom waste facilities for up to 165 Soldiers at the Nogales Customs Border Patrol Operational sectors. The contractor shall provide service cleaning and maintenance for the facilities. Facilities shall be thoroughly cleaned and sanitized including but not limited to all surfaces, urinals, sinks, floors and any other area as required. Maintenance shall be performed to ensure all doors, equipment is functional. Facilities will not be inoperable for more than four hours for normal servicing and no more than 24 hours for repair. Normal servicing should be scheduled as necessary to maintain sanitary health conditions. If the Contractor is unable to repair the facility within 24 hours, the inoperable facility will be replaced. The Contractor will transport the facility to and from the identified sites and will have the facilities fully functional no later than 1000hrs on 15 July 2011. The facilities or replacement rotational facilities are to remain on the designated sites for a 24 hour duration; 7 days a week calendar month, until otherwise noted by the Arizona National Guard contracting office. 2. Functions to be performed by the Contractor are: 2.1 Provide (1). Services to be provided weekly, as necessary, will include but are not limited to: waste pumping, solution replacement, sanitizing and material replacement. 2.2 Provide (1). Materials stocked should include toilet paper and hand sanitizer 2.3 The Contractor will replace any facility damaged or displaced by weather. The Vendor will re-install or replace the facility as necessary. 2.4 Provide (1) Total 22 Facilities at 11 Sites. 2 facilities at EA site at the designated location. Site 1 Latitude Longitude Facility #131.33442-110.979897 Facility #231.33442-110.979897 Site 2 Latitude Longitude Facility #331.3337-110.9951833 Facility #431.3337-110.9951833 Site 3 Latitude Longitude Facility #531.3343083-110.9589611 Facility #631.3343083-110.9589611 Site 4 Latitude Longitude Facility #731.3340778-110.9250889 Facility #831.3340778-110.9250889 Site 5 Latitude Longitude Facility #931.3337222-110.9566389 Facility #1031.3337222-110.9566389 Site 6 Latitude Longitude Facility #1131.337383-110.91325 Facility #1231.337383-110.91325 Site 7 Latitude Longitude Facility #1331.3363833-110.9737417 Facility #1431.3363833-110.9737417 Site 8 Latitude Longitude Facility #1531.334709-110.953218 Facility #1631.334709-110.953218 Site 9 Latitude Longitude Facility #1731.336055-110.988943 Facility #1831.336055-110.988943 Site 10 Latitude Longitude Facility #1931.3361-111.00935 Facility #2031.3361-111.00935 Site 11 Latitude Longitude Facility #2131.34266-110.78593 Facility #2231.34266-110.78593 2.5 At this time, any interested parties may perform a site visit to determine existing resources and determine jobsite requirements. All interested parties must contact charles.r.schmidt@us.army.mil to arrange for a site visit. 3. Terrain Description: The terrain is rugged with reinforced gravel/dirt setting surrounding. The contractor will need to provide utilities that can function correctly using this terrain setting. Line item 3: $___________ea/month x 22 = $___________ LINE ITEM 4: 1. Contractor Requirements. The Contractor will provide portable restroom waste facilities for up to 90 Soldiers at the Tucson Customs Border Patrol Operational sectors. The contractor shall provide service cleaning and maintenance for the facilities. Facilities shall be thoroughly cleaned and sanitized including but not limited to all surfaces, urinals, sinks, floors and any other area as required. Maintenance shall be performed to ensure all doors, equipment is functional. Facilities will not be inoperable for more than four hours for normal servicing and no more than 24 hours for repair. Normal servicing should be scheduled as necessary to maintain sanitary health conditions. If the Contractor is unable to repair the facility within 24 hours, the inoperable facility will be replaced. The Contractor will transport the facility to and from the identified sites and will have the facilities fully functional no later than 1000hrs on 15 July 2011. The facilities or replacement rotational facilities are to remain on the designated sites for a 24 hour duration; 7 days a week calendar month, until otherwise noted by the Arizona National Guard contracting office. 2. Functions to be performed by the Contractor are: 2.1 Provide (1). Services to be provided weekly, as necessary, will include but are not limited to: waste pumping, solution replacement, sanitizing and material replacement. 2.2 Provide (1). Materials stocked should include toilet paper and hand sanitizer 2.3 The Contractor will replace any facility damaged or displaced by weather. The Vendor will re-install or replace the facility as necessary. 2.4 Provide (1) Total 12 Facilities at 6 Sites. 2 facilities at EA site at the designated location. Site 1(Presumido Pass) Latitude Longitude Facility #1 31.5663-111.60023 Facility #231.5663-111.60023 Site 2(Mirador Pass) Latitude Longitude Facility #3 31.50648-110.57983 Facility #431.50648-110.57983 Site 3(Sasabe) Latitude Longitude Facility #5 31.48685-111.5315 Facility #631.48685-111.5315 Site 4(Cemetary Hill) Latitude Longitude Facility #7 31.48258-111.4617 Facility #831.48258-111.4617 Site 5 (Marijuana Tank) Latitude Longitude Facility #9 31.48157-111.49705 Facility #1031.48157-111.49705 Site 6 (Gustavo East) Latitude Longitude Facility #1131.48337-111.51317 Facility #1231.48337-111.4617 2.5 At this time, any interested parties may perform a site visit to determine existing resources and determine jobsite requirements. All interested parties must contact charles.r.schmidt@us.army.mil to arrange for a site visit. 3. Terrain Description: The terrain is rugged with reinforced gravel/dirt setting surrounding. The contractor will need to provide utilities that can function correctly using this terrain setting. Line item 4: $___________ea/month x 12 = $___________ Total each line item: 1.___________ 2.___________ 3.___________ 4.___________ Any questions regarding this solicitation should be directed to the Point of Contact listed below NO LATER THEN 30 June 2011. POC for this solicitation is: Charles Schmidt, SSgt Contracting Specialist NGAZ - USP&FO Purchasing & Contracts 5645 E. McDowell Rd Phoenix, AZ 85008 charles.r.schmidt@us.army.mil Phone 602.267.2849 Fax 602.267.2429 Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements required in this synopsis. A description of the equipment quoted and estimation of services required weekly is required. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Officer will make the full text available of the following provisions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text and will be incorporated into the resulting contract. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations of Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.212-1, Instructions to Offerors,. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). A copy of the Offerors Representations and Certifications may be obtained from the plans section of (www.nationalguardcontracting.org). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.203-3, Gratuities, 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219.1 (Alt II), Small Business Program Representation; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.233-3 Protest After Award; 52.222-37, Employment Reports On Special Disabled Veterans; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.252-2, Clauses Incorporated by Reference, 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 address: (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.225-7036, Buy American Act-NAFTA; 252.232-7003, Requests for Equitable Adjustments; 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7022, Representation of extent of transportation by sea; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due by 12:00 P.M. mountain standard time, 08 July 2011. Email quotes will be accepted at Charles.r.schmidt@us.army.mil, reference RFQ# W912L2-11-T-0022 in the subject line. FAX quotes will be accepted at 602-267-2429. Quotes can also be mailed to: NGAZ-PFO-PC, USPFO FOR ARIZONA, 5645 E. MCDOWELL RD Bldg M5800, PHOENIX, AZ 85008.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-11-T-0022/listing.html)
 
Place of Performance
Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
Zip Code: 85008-3442
 
Record
SN02469769-W 20110612/110610235126-3682e6f9a4554e6a949f1890350b93de (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.