SOLICITATION NOTICE
X -- Portable Toilets and Handwash Station Rental
- Notice Date
- 7/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-18-R-0063
- Archive Date
- 9/19/2018
- Point of Contact
- Amy DuBree, Phone: 4438614743
- E-Mail Address
-
amy.c.dubree2.civ@mail.mil
(amy.c.dubree2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION W91ZLK-18-R-0063 DELIVER AND MAINTAIN PORTABLE TOILETS AND HAND WASH STATIONS This 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-99. The solicitation number for this request for proposal (RFP) is W91ZLK-18-R-0063. This requirement is under the associated North American Industry Classification System (NAICS) Code 562991, Septic Tank and Related Services and the Small Business Size Standard $7.5M. The Government contemplates award of a Firm-Fixed Price in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following services/materials. The contractor shall deliver and maintain portable toilets and hand wash stations at several site on Aberdeen Proving Ground, MD. All portable toilets and hand wash stations shall be maintained on a weekly basis during regular business hours. All portable toilets shall have a hand sanitizer dispenser and disposable seat cover dispenser. All hand wash stations shall have soap and towel dispensers. Weekly service shall include pump outs, cleaning, and replenishment of toilet paper, disposable seat covers, paper towels, soap, sanitizer, and hand wash water. 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. Proposals shall be submitted in two (2) separate volumes: Volume I: Portable Toilets W91ZLK-18-R-0063 PRICE Proposal Volume II: Portable Toilets W91ZLK-18-R-0063 TECHNICAL Proposal ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-18-R-0063 PROPOSAL FROM (INSERT COMPANY NAME) Proposal Format: Volume I: Detailed Price Proposal to include the following elements: 1. Header Page Company Name, DUNS, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension. 2. INCLUDE ALL Information Below: BASE YEAR Item 0001: Deliver and Maintain Portable Toilet and Hand wash stations in accordance with PWS All Locations are on APG-EA Start Date # of Portable Toilets # of Hand wash stations Location A 1 OCT 2018 2 1 Location B 1 JAN 2019 2 1 Location C 1 OCT 2018 2 1 QTY: 1 Unit Cost: JOB FFP Item 0002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Price Restraint: NSP OPTION YEAR ONE Item 1001: Deliver and Maintain Portable Toilet and Hand wash stations in accordance with PWS All Locations are on APG-EA Start Date # of Portable Toilets # of Hand wash stations Location A 1 OCT 2019 2 1 Location B 1 OCT 2019 2 1 Location C 1 OCT 2019 2 1 QTY: 1 Unit Cost: JOB FFP Item 1002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Price Restraint: NSP OPTION YEAR TWO Item 2001: Deliver and Maintain Portable Toilet and Hand wash stations in accordance with PWS All Locations are on APG-EA Start Date # of Portable Toilets # of Hand wash stations Location A 1 OCT 2020 2 1 Location B 1 OCT 2020 2 1 Location C 1 OCT 2020 2 1 QTY: 1 Unit Cost: JOB FFP Item 2002: ACCOUNTING FOR CONTRACT SERVICES QTY: 1 Unit of Issue: JOB Total Price: Not separately priced The Accounting for Contract Services/Contractor Manpower Reporting requirement has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Price Restraint: NSP Volume II: Detail Technical Proposal shall be evaluated based on the following factors: 1. Schedule: The offeror's proposal shall demonstrate the ability to provide service IAW the schedule. To be rated as acceptable, the offeror must demonstrate the ability to comply with the delivery, maintenance, and upkeep of the portable toilets and hand washing stations. 2. Technical: The offeror's proposal shall adequately describe and present a clear understanding of the requirements specified in the PWS. To be rated as acceptable, the offeror must demonstrate the ability to provide specified portable toilet and hand wash stations. 3. Certifications: Offerors shall provide confirmation that appropriate OSHA and Maryland regulations shall be abided. To be rated as acceptable, the offeror must demonstrate they possess the understanding of OSHA and Maryland regulations. NOTE: Contractor shall achieve technically acceptable rating on all technical factors to be considered technically acceptable. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. All questions must be submitted via email to amy.c.dubree2.civ@mail.mil by 22 August 2018, 3:00 p.m. EST. SUBJECT LINE: W91ZLK-18-R-0063 Questions from (INSERT COMPANY NAME). All questions will be answered via an amendment to the solicitation on FBO. NO TELEPHONE INQUIRES WILL BE HONORED. Quotations must be signed, dated, and received by 4 September 2018, 11:00 a.m. EST via email to amy.c.dubree2.civ@mail.mil NO TELEPHONE INQUIRES WILL BE HONORED. PERFORMANCE WORK STATEMENT Portable Toilet & Hand Wash Station Rental 1.0 SCOPE. The Edgewood Chemical Biological Center (ECBC) Chemical Biological Applications & Risk Reduction (CBARR) Business Unit requires the rental of portable toilets and hand wash stations at various sites on Aberdeen Proving Ground (APG), Maryland. 1.1 Background. CBARR conducts long-term and short term operations at various sites around APG. Many of these sites are without running water and require the use of portable toilets and hand wash stations. 1.2 Objective. The objective of this contract is to provide CBARR with portable toilets and hand wash stations at the sites listed below. 2.0 APPLICABLE DOCUMENTS. 2.1 Appropriate OSHA and Maryland Regulations. 3.0 REQUIREMENTS. The contractor shall deliver and maintain portable toilets and hand wash stations at the sites listed below. All portable toilets and hand wash stations shall be maintained on a weekly basis during regular business hours. All portable toilets shall have a hand sanitizer dispenser and disposable seat cover dispenser. All hand wash stations shall have soap and towel dispensers. Weekly service shall include pump outs, cleaning, and replenishment of toilet paper, disposable seat covers, paper towels, soap, sanitizer, and hand wash water. Business hours are 0800-1600, Monday through Friday, excluding federal holidays. The J-Field location is on a secure area of APG. The contractor shall ensure that all employees conducting service visits provide information required for background checks to meet access requirements to secure areas on APG. Background checks will be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. After a successful background check, the contractor employee will receive an ESCORT REQUIRED badge. After contract award, the contractor will be given contact information for individuals that can act as an escort for the weekly cleanings. Location Start Date # of Portable Toilets # of Hand Wash Stations J-Field (Bldg E-7525 Ricketts Point Rd) 1 Oct 2018 2 1 Building E-2390 (Bush River Rd. & 27th Rd.) 1 Jan 2019 2 1 Building E-3300 (8467 Ricketts Point Rd.) 1 Oct 2018 2 1 4.0 GOVERNMENT CONTRACTING OFFICER'S REPRESENTATIVE (COR). COR - To be completed at task order award (Name Office Address Telephone Email) 5.0 PERIOD OF PERFORMANCE. Period of performance for this effort shall be 1 year, with 2 option years. 6.0 PLACE OF PERFORMANCE. Aberdeen Proving Ground, MD. 7.0 SAFETY CONSIDERATIONS. None. 8.0 SECURITY CONSIDERATIONS. Contractor personnel will be required to check in at security checkpoint of Aberdeen Proving Ground, Edgewood Area. Contractors shall provide photo ID, and be prepared to have their vehicles searched. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a51ad3138ef000a1526a7792dc0260c)
- Place of Performance
- Address: APG, Aberdeen Proving Ground, Maryland, 21010, United States
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN05014074-W 20180802/180731231210-9a51ad3138ef000a1526a7792dc0260c (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 |