SOLICITATION NOTICE
W -- W - PORTABLE TOILETS AND HAND WASHING STATIONS FOR BRANCH OF FIRE MANAGEMENT
- Notice Date
- 7/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A12PS01648
- Response Due
- 7/9/2012
- Archive Date
- 7/2/2013
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Department of the Interior (DOI), Bureau of Indian Affairs (BIA), Navajo Region Office (NRO) Division of Acquisition Operations is releasing this combined synopsis/solicitation electronically only. This announcement constitutes the only solicitation; quotes are being requested. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing and received by the Contracting Office no later than 12 noon, July 05, 2012. No telephonic requests will be accepted. The email address for submission of all questions is mary.jim2@bia.gov. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS websites. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a quote. Solicitation Number A12PS01649 is issued as a request for quote (RFQ) and is 100% set aside for Buy Indian Businesses. The award will be a Firm Fixed Price Indefinite delivery Indefinite Quantity (IDIQ). Award date is expected to be no later than Tuesday, July 10, 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The Government will be issue a single or multiple IDIQ contract for Services for the DOI, BIA, Navajo Regional Office, Branch of Fire Management Office in Fort Defiance, AZ. On each Task Order, the requesting Location will provide the Contractor a complete description of how many portable toilets; hand washing stations; and cleaning services are needed. STATEMENT OF WORK FOR PORTABLE TOILETS AND HANDWASHING STATIONS I. Background The Branch of Fire Management, Fort Defiance Agency, Fort Defiance, Arizona objective is to administer the Portable toilet; Hand washing station; and Full services to be utilized year around by the Branch of Fire Management Office in response to emergencies due to the fire season. These services are vital to Branch of Fire Management. This IDIQ will be utilized at various sites in Arizona and New Mexico to support disaster efforts. Individual task orders will specify the number of portable toilets; hand washing station; and cleaning of services for each requirement. The contractor shall have all equipment mobilized and ready for use upon task order issuance. II. Scope The contractor shall provide all equipment, personnel, tools, equipment, materials, transportation and supervision required to provide the Portable toilets; Hand washing Stations; and cleaning services specified in Section III. In most instances, the contractor will be notified prior to the disaster occurring. Therefore, the contractor shall ensure that all equipment is removed or secured prior to the disaster occurring to ensure the safety of individuals and surrounding structures. Mobilization and demobilization shall be included in the total cost for the rental period. The portable toilets and/or hand washing units shall be delivered to the designated site(s) clean and ready for use. The contractor shall ensure that all work and portable toilets and/or hand washing units are in compliance will all applicable local, state, and federal laws and regulations. III. Specifications PORTABLE TOILET: Standard Portable Toilet. The contractor shall include full cleaning services every two days. Full service cleaning shall include pumping out, deodorizing, disinfecting, and refilling toilet paper. HAND WASHING UNITS: Hand washing stations with full cleaning service. The contractor shall provide full service cleanings every two days. Full service cleaning shall include pumping out waste water, adding fresh clean water and soap, and refilling hand paper towels. GOVERNMENT OWNED PORTABLE TOILETS: Two portable toilets located at the Branch of Fire Management Office in Fort Defiance, Arizona will require full cleaning services twice a week. Full service cleaning shall include pumping out, deodorizing, disinfecting, and refilling toilet paper. Two portable toilets located at the Branch of Fire Management Helitack Located in Window Rock, Arizona will require full cleaning services twice a week. Full service cleaning shall include pumping out, deodorizing, disinfecting, and refilling toilet paper. **Emergency calls number of portable toilets and/or Hand washing stations may vary depending on the size of the incident. Contractor shall provide the additional units within same day of notification. IV. Minimum Guarantee During the period specified in Clause entitled 'Effective Period of the Indefinite Delivery/Indefinite Quantity Fixed Rate Contract", including all options exercised by the Government, the minimum quantity of services ordered by the Government shall equal $1,000 worth of services, for the first year only. V. Period of Performance The period of performance shall be: Base year from date of award to July 8, 2013 Option Year 1 from July 09, 2013 to July 08, 2014 Option Year 2 from July 09, 2014 to July 08, 2015 Option Year 3 from July 09, 2015 to July 08, 2016 Option Year 4 from July 09, 2016 to July 08, 2017 Please provide your quote for the Base Year and each Option Year. VI. Place of Performance The primary place of performance shall be the DOI, BIA, NRO, Branch of Fire Management; address listed below. Additional sites may be identified by the Government to meet the agency's need. Branch of Fire Management 1 Mile North of Conoco Station Ft. Defiance, AZ 86504 VII. FAR 52.212-02: Evaluation -Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation Factors Factor I - Technical Capability Factor II - Past Performance A. Technical Factor 1-Technical Approach The Offeror's management approach will be evaluated by assessing the likelihood that the proposed technical approach will meet the Government's requirements. This factor will be used to evaluate the degree to which the Offeror's proposed technical approach meets all requirements. The Offeror shall detail their plan to achieve the Government's requirements identified in the SOW. The Government will evaluate the Offeror's strengths, weaknesses and risks of the Offeror's technical approach in addressing the following: o Technical capability to provide the equipment within the specified time by providing equipment lists to include the make, model, and quantity available for the requested equipment. o Plan to ensure that the required equipment is provided although resources may be scarce as result of a disaster. o Quality control procedures to ensure that the equipment will be secured onsite or removed prior to a disaster to ensure safety. Factor 2-Past Performance Past experience will be evaluated on the basis of Offeror's relevant experience during the last three years. The government will evaluate each Offeror's corporate experience in providing services, which are of similar nature to the work to be performed under the requirement described in this solicitation. Specifically, jobs that are of similar scope, complexity, contract type, and period of performance, in relation to the requirements of this solicitation are of particular interest to the government. The Offeror shall provide summaries for relevant and recent projects. The summaries shall include the following: o Contracting Agency (Company), address and phone number. o Point of contact name o Contract number and type of contract o Date of contract, period of performance, and place of performance o Project value o Describe the relevance to this requirement. It is not sufficient to merely state that a project is comparable in magnitude and scope. Rationale must be provided to convince the Government that a project is indeed similar. In determining the rating for experience the Government will give greater consideration to the experience which is most relevant to the solicitation. The evaluation of experience will focus on the relevance, complexity, and scope of the noted experience. CONTRACT CLAUSES: The following FAR Clause including all that applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-02, Evaluation Comerical Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; following are incorporated in this contract by reference: 52.233-03, Protest After Award; 52.233-04, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities;52.203-13, Contractor Code of Business Ethics and Conduct; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.225-3, Buy American - Free Trade Agreement; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchase; 52.232-30, Installment Payments for Commercial Items; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999); 52.239-1, Privacy of Security Safeguards; and 52.247-64, Perference for Privately Owned U.S. - Flag Commerical Vessel. The following will be in full text: 52.216-02 Economic Price Adjustment-Standard Supplies; 52.216-20, Definite Quantity; 52.216-22, Indefinite Quantity; 52.217-06, Option for Increased Quantity; 52.217-07, Option for Increased Quantity - Separately Priced Line Item; 52.217-08, Option to Extend Services; 52.217-09, Option to Extend the Term of The Contract; 52.222-43, Fair Labor Standards Act and Service Contract Act; Economic Price Adjustment; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for Next Fiscal Year; 52.204-03, Taxpayer Identification; 52.204-06, Data Universal Numbering System (DUNS) Number; 52.216-27, Single or Multiple Awards; 52.216-28, Multiple Awards for Advisory and Assistance Services; 52.217-05, Evaluation of Options. The following Department of Interior provisions and clauses apply to this solicitation: 1452-204-70, Release of Claims - Department of the Interior; 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Vendors must be currently registered and have a valid certification in the Online Representation & Certification Application (https://orca.bpn.gov) as well as have a current Central Contractors Registration (CCR) at www.ccr.gov before an award could be made to them. Solicitation closing date is Monday, July 09, 2012. All quotes must be received by 12:00 noon Mountain Standard Time. Offerors are reminded to insure your FEDEX or DHL package arrives on time. The DOI, BIA, NRO, Division of Acquisition Office is open from 800AM - 500PM CST Monday through Friday. Any questions pertaining to this solicitation must be addressed to: mary.jim2@bia.gov. The Government reserves the right to award the contract without holding discussions. Offerors shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) in person or by mail to the following address: mary.jim2@bia.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01648/listing.html)
- Place of Performance
- Address: FORT DEFIANCE, AZ
- Zip Code: 86504
- Zip Code: 86504
- Record
- SN02791538-W 20120704/120702234453-647e056c748c213501ee1d500d847b6f (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 |