Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS

W -- RENTAL AND SERVICE OF PORTABLE CHECMICAL LATRINES

Notice Date
August 8, 2001
Contracting Office
Directorate of Contracting, Fort Stewart, 1042 William H. Wilson Avenue, Suite 219, Fort Stewart, GA 31314-3322
ZIP Code
31314-3322
Solicitation Number
DAKF10-01-R-0067
Response Due
August 20, 2001
Point of Contact
Mary Corbin, 912-767-2967
E-Mail Address
Directorate of Contracting, Fort Stewart (Mary.Corbin@stewart.army.mil)
Description
CLASSCOD: W-Lease or Rental of Equipment OFFADD: Department of the Army, Directorate of Contracting, 1042 William H. Wilson Avenue, Suite 209, Fort Stewart, Georgia 31314-3324 SUBJECT: Provide and Service Portable Chemical Latrines Purchase Order: DAKF10-01-R-0067 POC: Geral Baxter, Contract Specialist, (912) 767-3094 E-mail: geral.baxter@stewart.army.mil DESC: Non-personnel Service: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR Part 12, as supplemented with additional information and is issued as a Request For Proposal (RFP). The solicita tion document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) is 562119 and the small business size standard is $10 million. This requirement is 100% set-aside for small business. Description of Service: Provide and service portable chemical latrines at Fort Stewart, GA and within a 150 mile radius thereof. The contractor shall provide all labor, personnel, equipment, materials, supplies, supe rvision and other items required to provide rental and service of portable chemical latrines on Fort Stewart and surrounding areas. Initial placement of the portable chemical latrines by the contractor shall be as directed by the Contracting Officer's Repr esentative (COR). Contractor's project manager shall report in person to the COR not later than 0930 hours each work day. The frequency of servicing of the portable chemical latrines will be specified on individual Call Orders. Latrines rented on a monthl y basis shall receive normal servicing on Tuesday, Thursday, and Saturday. The Government reserves the right to increase or decrease this frequency on individual units located in the field as field conditions change. In the event a change is required in th e frequency of cleaning, the contractor shall receive a minimum of 48 hours notice. Portable chemical latrines rented on a daily basis shall receive normal servicing on Monday, Wednesday, and Friday unless otherwise specified on the Call Order. At times, services can be seven (7) days a week. The portable chemical latrines shall be placed in a serviced condition. Therefore, the contractor shall be due a service on the termination/pickup day of the rental latrines. For all portable latrines that are specif ied to receive three days per week servicing under the bid items for servicing, at least two days (48 hours) shall expire between services. Contractor shall be prepared to place and service latrines in areas, which at times, may be accessible by rough terr ain vehicles only. Vehicles must have four-wheel drive capability. Contractor must have at least 2 years documented history of operating an enterprising Portable Chemical Latrine Rental Service Business of similar magnitude to this requirement. The contrac tor shall provide a project manager or designated representative to insure accomplishment of work required. The project manager shall have authority to provide overall management and coordination of this contract and shall act as the central point of cont act with the Government. Project manager or a designated alternate must be present at the job site at all times while work is in progress. Each employee or representative of the contractor shall be fully clothed in conventional dress while on duty. Cloth ing shall be kept reasonably clean and neat in appearance. The contractor shall at no time wear a uniform or any portion of a uniform or apparel resembling a uniform of the Armed Forces and/or the Public Health Service. The contractor shall be responsible for the security of his supplies, equipment and vehicles while in the performance of required service on this installation. Contractor work operations, equipment, and personnel shall be in accordance with all applicable safety provisions as outlined in E ngineer Manual 385-1-1, dated 3 Sep 1996. One copy of the contractor's Quality Control Plan shall be provided for approval to the Contracting Officer not later than 10 calendar days after receipt of award. An updated copy shall be provided the Contracting Officer and COR as changes occur. The Go vernment will monitor the contractor's performance under this contract by use of a management information system (MIS), Customer concerns, and Spot Checking by the COR. Contract equipment and vehicles will be inspected by the COR prior to commencement of t he contract to insure contractor compliance with specifications. The Government does not assume and hereby specifically disavows any duty to inspect the equipment in order to assure safe operation. The Contractor or subcontractor (s) at any tier are at al l times responsible for assuring equipment is in a safe and serviceable condition and shall perform all tasks in a safe, responsible manner. Contractor shall instruct employees in utilities conservation practices. Contractor shall be responsible for opera tion under conditions which preclude the waste of utilities. The Government will allow the contractor to empty his truck-mounted waste tank at the manhole at the corner of Hero Road and the Tank Trail next to Building 5005. The contractor shall protect a nd replace the manhole cover after emptying the waste tank. The area shall be left in a clean and sanitary condition. The contractor will be allowed to refill his clean water tank at the water point adjacent to Building 8071 and at the contractor's storag e area on HWY 144. The Government will exercise reasonable care to safeguard the contractor's equipment while such equipment is in the custody of the government on location around Fort Stewart, fulfilling a requirement. Government personnel will not repai r, service, or move the contractor's equipment except as necessary to remove an immediate hazard to persons or property or in the event of failure of the contractor to perform contracted services in the specified time frame. The Government will furnish a s torage area near Range Control on Hwy 144, between training site and cantonment area. Area is large enough to store approximately 500 portable latrines, vehicles and trailers. The Government provides water in the storage area, but no electricity. Except for those items or services specifically stated to be Government-furnished, the contractor shall furnish all labor, material, and equipment necessary for the rental, servicing, relocation and maintenance of portable chemical latrines. The contractor shall provide the Contracting Officer a telephone number where he/she may be contacted during normal working hours and for emergency service calls. The contractor shall have communication services with his/her own service trucks, the COR and ACOR at all times. Rental of portable chemical latrines shall include contractor coordination with the POC as shown on Call Orders, delivery of the latrines to the stipulated site, set-up for operation, and subsequent removal from the premises. Service of the portable chemic al latrines shall include the complete removal of all waste, trash, and debris from the interior of the latrine. Service shall also include the cleaning of the inside of the waste tank, the cleaning and application of cleaner to the toilet seat, and the r eplenishment of toilet tissue. The waste tank shall be recharged with sufficient quantity of chemical to insure an odorless unit. Relocation of units shall include pickup, transport, placement, and service by the contractor. An additional service charge shall not be due the contractor if the order for unit relocation falls on regular service day. The contractor shall be responsible for preparing all latrine sites to assure that the units are stabilized and easily accessible. The contractor shall repair an d repaint the latrine units as required to maintain the units in a watertight, fly tight, sanitary, and neat-appearing condition .The contractor shall have 48 h ours from time of notification by the COR when a unit is in need of repair to either repair the unit, or replace it. The contractor shall be responsible for and bear the cost of all minor repairs, defined as repairs for normal wear and tear, for such items as broken or damaged toilet tissue holders, toilet seats, doors, door latches, door locks, coat hooks, and repair of unit cracks and holes. The contractor shall be required to provide emergency delivery and set up of portable latrines, 24 hours a day, 7 d ays a week and cleaning of latrines as requested. Notification for emergency service will be made by the COR or the Contracting Officer. The contractor shall deliver portable latrines at the site requested within 3 hours of notification. Any extra clean ings for emergency portable latrines shall be as designated by the aforementioned individuals. Information regarding the using service Point of Contact, guide, phone number, and location will be furnished at the time of notification. These emergencies wil l normally occur during other than normal duty hours, on weekends, and holidays. The emergency service calls are in addition to the cost of the rental latrines and/or extra cleanings required by the user. Rental/service/mileage, costs will be charged to the applicable contract line item number. Orders will be initiated via the Government's IMPAC Credit Card, as placed by COR or ACOR. Payment for such orders shall be paid via IMPAC procedures. This requirement is written with a base year and four one year option periods. The solicitation contains nine line items for the base year as well as all option years for a total of 45 line items. The Bid Price Schedule, Technical Exhibits and FAR clauses 52.212-3 and 52.212-5 may be downloaded from the following we b-site: https://www.stewart.army.mil/doc/current.htm.. The full text of all local clauses referenced may be viewed at http://www.stewart.army.mil/doc/intro.htm. All quantities are estimated. It is the offeror's responsibility to contact the Government for the release of amendments or changes to this requirement. A site visit is scheduled for all interested parties on 14 Aug 01 at 1:30 p.m. Eastern Day Light Saving Time at Building 1139, Suite 16, Fort Stewart, GA. Toilets shall be in place on or before 0 1 Sep 01. The following clauses are hereby incorporated by reference. FAR 52.212-1, Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation Commercial Items. (Award will be made to the lowest priced technically acceptable proposal) 52.212- 3, Offferor Representations and Certification Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items and FAR 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. The follow ing additional FAR clauses cited in FAR 52.212- 5, are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52 .222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era. 52.203-3, 53.232.36 Payment by Third Party are hereby incorporated by reference. The following additional FAR clauses are applicable to this acquisition: FAR 52.203-3 Gra tuities; FAR 52.216-18 Ordering; FAR 52.216-21 FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of Contract, 52.232.25. The following local clauses are also applicable; 52.000-4012 Required Insurance. 52.000-4053 Installation Access Control. 52.000-4054 Identification Badges. Proposals are due 20 Aug 01 at 4:00 P.M. Proposals shall be delivered to 1042 William H Wilson Ave Ste 219, Fort Stewart, GA 31314-3324.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010810/WSOL001.HTM (D-220 SN50U3L4)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on August 8, 2001 by Loren Data Corp. -- info@ld.com