SOLICITATION NOTICE
W -- Portable Latrines and Handwashing Stations - AMENDMENT 0001
- Notice Date
- 5/5/2024 12:33:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- W7NV USPFO ACTIVITY OK ARNG OKLAHOMA CITY OK 73111-4398 USA
- ZIP Code
- 73111-4398
- Solicitation Number
- W912L624R4630
- Response Due
- 5/16/2024 11:00:00 AM
- Archive Date
- 05/31/2024
- Point of Contact
- Candace OBrian, Phone: 4052285142, Harvetta Taylor, Phone: 4052285168
- E-Mail Address
-
candace.i.obrian.civ@army.mil, harvetta.r.taylor.civ@army.mil
(candace.i.obrian.civ@army.mil, harvetta.r.taylor.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ************� �AMENDMENT 0001 - QUESTIONS and ANSWERS ************* A. The purpose for this amendment is to publish the questions and answers for this solicitation as follows: 1). QUESTION:��How many different placement sites will there be for the equipment?��ANSWER:� All equipment will be placed in Camp Gruber, OK spread over 14 grid locations. 2). QUESTION:��What is the expected turn-around time for the on-call team?���ANSWER:� Within 3 hours of a potential issue. 3). QUESTION:��Will the equipment be placed on dirt or pavement?���ANSWER:� The latrines and handwashing stations will be placed on gravel/paved roads. 4). QUESTIONS:��This amount of equipment will require multiple trips, how many days in advance can the awardee begin setting the equipment in place?���ANSWER:� Placement can begin immediately after award through coordination with the Contracting Officer�s Representative (COR). 5). QUESTION:��What is required of our service technicians to gain Base access for setup and for on-call?���ANSWER:� The technicians will need a valid driver�s license, insurance, and registration. 6). QUESTION:��What are the hours of the on base discharge site and what size hoses are required?���ANSWER:� 24/7; standard RV size hose. 7). QUESTION:��Is there map to shows where the latrines and hand washing stations need to be placed and how often will they needed to be serviced?���ANSWER: There will be grids that can be converted into GPS. A service schedule will be created for each location. 8). QUESTION:��Please clarify if there will be any requirement to relocate or move the units during the term of the contract, as the Performance Work Statement (PWS) does not outline any such provisions?���ANSWER: The portable latrines and handwashing stations will be set and will not need to be moved until removal. 9). QUESTION:��What is the projected number of personnel that will be accommodated or supported by these units?���ANSWER:� Approximately 1200. 10). QUESTION:��Will there be a designated staging area provided for contractor parking, storage of units, and supplies?���ANSWER:� Yes. The location and contact personnel will be provided after award. 11). QUESTION:��Section C.5.1.1.22 of the solicitation indicates that grid coordinates will be furnished 45 days prior to placement. However, this milestone has already passed. Could you please provide clarification on when the grid coordinates will be made available?���ANSWER:� Grid locations will be provided after award. 12). QUESTION:��Will the awarded contractor be provided with a map for accurate placement on the designated grids?� ANSWER:� A map and grids will be provided after award. 13). QUESTION:��What are the earliest permissible dates for unit placement and the latest dates for unit retrieval or pickup?���ANSWER: See Question 4. 14). QUESTION:��Can the latrine and handwashing stations setup be done a day or two ahead of June 1? if not is there a specific date for delivery�and pick up?���ANSWER: See Question 4. 15). QUESTION:��With respect to the performance�period June 1- June 13, I would like to know when the cleaning days are. It looks to me those days would be;�Sunday June 2, Tuesday June 4, Thursday June 6, Saturday June 8, Monday June 10, Wednesday June 12, Removal Thursday June 13. Please verify if this is correct.���ANSWER: See Paragraph 5.1.3 of the Performance Work Statement. 16). QUESTION:��How many times do you anticipate needing the units relocated during the period�of performance?���ANSWER: See Question 8. 17). QUESTION:��On page 6 (5.1.1.2) it states that the grid coordinates with the placement locations will be available 45 days prior to placement of the latrines and hand wash�stations. Is this available to be sent out now or will this be sent out once the contract is assigned?���ANSWER: See Questions 11 and 12. 18). QUESTION:��Will there be a need for ADA-compliant mobile/portable latrines to accommodate individuals with disabilities?���ANSWER: No. 19). QUESTION:��Could you provide an estimate of how many personnel might require access to these facilities? This information will be crucial for us to develop an effective Quality Plan.���ANSWER: See Question 9. 20). QUESTION:��Does the National Guard prefer mobile trailer units that include multiple toilets and handwashing stations, or would individual portable latrines be more suitable for your needs?���ANSWER: Portable latrines and handwashing stations are needed for this requirement. 21). QUESTION:��Under Section 3 subpoint B of the Technical Evaluation Criteria, it says �provide services every other day.�� What does �every other day"" mean or is there a preferred cleaning schedule?���ANSWER: �every other day�, if equipment is set on 1Jun the company is to service the equipment on 3Jun. The service schedule will be coordinated with the Contracting Officer�s Representative (COR). 22). QUESTION:��Under Section 3 subpoint B of the Technical Evaluation Criteria, What is the response time necessary after we have received notice of an otherwise unscheduled need?���ANSWER: �See Question 2. 23). QUESTION:��Under Section 1.4.5, what do we need to provide for background checks?���ANSWER: Background checks are not required. 24). QUESTION:��What would prohibit an employee from gaining access to the installation?���ANSWER: If a contracted employee has an active warrant for their arrest, they will be prohibited from coming on post, to include violating post regulations. The COR will provide the rules, regulations, and policy for visitors/contractors on Post. 25). QUESTION:��Under Section 1.4.7, when is the Post Award Conference with the COR?���ANSWER: Will be scheduled no more than 3-days after award. 26). QUESTION:��Under Section 3.5.1, will water refill be available at the installation?���ANSWER: Yes 27). QUESTION:��Under Section 3.5.2, will Waste Disposal be available at the installation?���ANSWER: Yes 28). QUESTION:��Under Section 5.1.1.2, will the gird coordinate locations be provided prior to contract award to comply with section?���ANSWER: See Questions 11 and 12. 29). QUESTION:��Under Section 5.1.1.3, when will the contractor be able to survey the placement sites?���ANSWER: After the Post Award Conference. 30). QUESTION:��How many people are expected to be utilizing the portable latrines on any given day?���ANSWER: See Question 9. 31). QUESTION:��Will any food be served outdoors during the period? This will help determine the consumption of paper towels from the hand wash station?���ANSWER: Yes. 32). QUESTION:��52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021)(41 U.S.C. 4704 and 10 U.S.C. 4655). Does this mean that as a small business owner looking for opportunities on SAM, that I would not be able to Sub Contract this out to fulfill what is described in the sow?���ANSWER: This clause applies to procurements/acquisitions over $250K and will be removed. B. The questions does not change the proposal due date. The due date is May 16, 2024 by 1:00 pm CST, emailed to Candace O'Brian at candace.i.obrian.civ@army.mil and Harvetta Taylor at harvetta.r.taylor.civ@army.mil . *************� AMENDMENT 00001 END� *************** COMBINED SYNOPSIS/SOLICITATION W912L6-24-R-4630 Mobile Latrines and Handwashing Stations,�Camp Gruber, Oklahoma,�1-13 JUNE 2024 Oklahoma Army National Guard, Contracting Office, 3535 Military Circle NE, Oklahoma City, OK 73111. This is a combined synopsis/solicitation for commercial services 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 and proposals are being requested. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.� The Offeror is required to have an active registration in the System for Award Management (SAM) located at https://sam.gov . The solicitation number is W912L6-24-R-4630 issued as a Request For Proposal (RFP) in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, using the procedures of FAR Part 13, Simplified Acquisition Procedures, and FAR Part 37, Service Contracting. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 dated February 23, 2024. The FAC and FAR are available at https://www.acquisition.gov/FAR . This combined synopsis/solicitation is a 100% Small Business set-aside. The North American Industry Classification System (NAICS) code 562991, Septic Tanks and Related Services with a small business size of $9.0M; Product Service Code (PSC) of W085 Lease or Rental of Equipment - Toiletries.� The Contractor shall provide all necessary labor, materials, supplies, equipment and supervision for the leased/rented Mobile/Portable Latrines and Handwashing Stations to support the training units at Camp Gruber, Oklahoma (Muskogee County) from 1 � 13 June 2024 in accordance with the Performance Work Statement (PWS). The Government intends to award a Firm Fixed Price (FFP) contract based on Lowest Price Technically Acceptable (LPTA). The Offeror�s technical proposal will be evaluated �Acceptable� or �Unacceptable�. An award will be made resulting from this RFP to the responsible Offeror whose proposal is conforming to the PWS and the solicitation. The Offerors shall submit a technical proposal that will demonstrate the capability of providing the services stated in the Performance Work Statement (PWS). The award will be subject to the Service Contract Labor Standards statute. The U.S. Department of Labor Service Contract Labor Standards Wage Determination is number 2015-5319, Revision 22 dated 12-26-2023. Questions shall be submitted to Harvetta Taylor or Candace OBrian on or before May 2, 2024, at 1:00 p.m. CST. via email at ng.ok.okarng.mesg.j8-contracting@army.mil . Proposals shall be submitted electronically to Harvetta Taylor or Candace OBrian on or before May 16, 2024 at 1:00 PM CST via email at ng.ok.okarng.mesg.j8-contracting@army.mil .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/73f241eb5157419c95e55b17a9e0bc66/view)
- Place of Performance
- Address: Braggs, OK, USA
- Country: USA
- Country: USA
- Record
- SN07053335-F 20240507/240505230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |