NEZ PERCE-CLEARWATER NF, Boater Toilet Pumping Services 2019
SYNOPSIS/SOLICITATION 12034319Q0104 This is a combined synopsis/solicitation for a commercial item service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional i... SYNOPSIS/SOLICITATION 12034319Q0104 This is a combined synopsis/solicitation for a commercial item service 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. This solicitation is issued as a Request for Quotation (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2019-01. This procurement is set aside for Total Small Business. The NAICS code is 562991 Septic Tank and Related Services, and the Small Business Size Standard is $7.5 million average annual receipts of a firm over three years. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK Scope of Contract. The USDA Forest Service, Nez Perce-Clearwater National Forests, Salmon River Ranger District requires portable toilet pumping services for boaters coming off the Main Salmon River. Due to the SCAT machine agreement no longer being in place the Government requires contracted services for a 3-month period. This pumping contract was done in 2018 and the Government anticipates needing additional contract work as the new SCAT machine will most likely not be in place by summer of 2019. The scope of work includes pumping human waste carry-out systems for both public and commercial groups. Human waste carryout is a requirement for all float and jet boat parties recreating and conducting business on the Main Salmon. Human waste carry-out systems typically are the size of a 5 gallon bucket and contain solid human waste (fecal matter) as well as urine/water. No RV pumping services are to be provided. Pumping services are solely for float and jet boat parties exiting the Main Salmon and potential adjacent rivers. A pre-determined pull-out along the Big Salmon River Road has been identified, which is approximately 3 miles east of Riggins, ID. Description of Work. Contract pumping services with a private septic/sanitation company. A self-contained pumper truck will need be stationed along the Big Salmon River Road at a pre-determined location adjacent to BLM Shorts Bar recreation site. An adequate pull-out has been identified and made available for staging contract services, while offering an area for float parties to pull over and have their toilets pumped. Portable toilets typically range from 5-7 gallons in size and come in forms of buckets and/or metal ammo cans. Upon groups arriving at the pumping site, the Contractor will then pump the portable toilet free of fecal matter. W ater will need to be provided by the Contractor to aide in removing waste from the toilet system. The Government estimates the Contractor will have to fill the system 2-3 times with water to adequately remove solids. The toilet systems will by no means be considered sanitary/cleansed. However, the majority of all fecal matter will be removed. The Forest Service, through education efforts, will also be notifying boaters upon exiting the river to add water to their toilet systems as they leave the boat ramp. Since the toilets are typically free of urine and in a solid state, this will aide in helping break down some of the solid matter as they drive from the takeout to the pumping site. As part of managing the SCAT machine, which is no longer in service, a meter was installed to monitor use. Each time the SCAT machine was used by floaters the meter registered a cycle and/or use. T his is relative to get an estimate regarding the amount of use the Contractor can anticipate. The following shows how many uses/cycles the SCAT machine ran during June - September, 2017. June - 110 cycles July - 315 cycles August - 323 cycles September - 275 cycles The total = 1023 times the SCAT Machine was utilized by the public and outfitters within a 4-month period. This equates to approximately 8.5 times/day the SCAT machine was used. This number can help assist in giving the Contractor an estimate of how often and what volume the Contractor can anticipate seeing on a daily basis. While 8.5 is an estimate, the Government anticipates the Contractor seeing anywhere from 6-12 float parties per day pulling over for pumping services. Groups may also have more than one toilet system within their party. However, based on the SCAT machine meter it still equates to approximately 8.5 toilets being pumped per day. Project Location. Pull-out located on Big Salmon River Road adjacent to Shorts Bar BLM Recreational Site approximately 3 miles east of Riggins, ID. Specifications. Provide waste pumping services and non-potable water to assist boaters in cleaning portable toilets 7 days a week from 12:00 p.m. to 4:00 p.m. Mountain Time Zone during the period of June 20, 2019 - September 20, 2019. CONTRACT ADMINISTRATION DATA Approval of Subcontracting. The Contractor shall request approval from the CO prior to entering into any subcontract arrangement. The subcontractor shall have the experience and be equipped for such work. T he written notification shall include as a minimum: 1) the name, address and telephone number of the subcontractor; and 2) the date upon which the subcontract was entered into and its duration. Billing Procedures. (a) Invoice Processing Platform (IPP). The Invoice Processing Platform (IPP) is a secure, Web-based service that more efficiently manages Government invoicing from purchase order through payment notification at no charge to federal agencies and their vendors. The Forest Service is utilizing IPP for the electronic submission and tracking of contracts/purchase orders, invoices, and payment information. Payment through IPP is an Electronic Funds Transfer (EFT) into the Contractor's bank account. If the Contractor chooses billing through IPP, the Contractor must enroll at www.ipp.gov/vendors/enrollment-vendors.htm in order to submit all invoices electronically and upload as an attachment a hard copy of the invoice or statement on billhead and Contractor sales slip showing the total amount being billed. (b) Credit Card. The Contractor may choose payment by credit card to the extent the Contractor agrees to accept that method of payment. Any credit card fees shall be included in the quoted price. Hard copy invoices shall be submitted to the CO. Upon approval/acceptance of the invoice, the CO will provide Government VISA card information to the Contractor over the phone. Effective Period of Contract. The effective period of this contract is from the date of Award through September 20, 2019. T he estimated start date is June 20, 2019. SPECIAL CONTRACT REQUIREMENTS Incidental Payment Items. The intent of the contract is to provide for the completion of the project described in the contract. Unless otherwise provided, the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies and perform all work required to complete the project in accordance with the specifications and provisions of the contract. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment for items shown. Idaho Workers Compensation Law. (a) Upon award of any contract subject to Idaho Workers' Compensation Laws, the Contractor must provide a completed State of Idaho Certificate of Verification of Workers' Compensation Insurance form to the Government. This form will be submitted to the Idaho Industrial Commission by the Government in order to assure that the Contractor in line for award has the required worker's compensation coverage or is exempt from the requirement for coverage. (b) This certificate of verification shall be fully executed by the Contractor and signed by the Industrial Commission Compliance Officer upon award of the contract. FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1 CLAUSES) 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (NOV 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.219-13 Notice of Set-Aside Orders (NOV 2011) (15 U.S.C. 644(r) 52.219-28 Post Award Small Business Program Re-representation (JUL 2013) (15 U.S.C. 632(a)(2)) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-41 Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave under Executive Order 13706 (JAN 2017) (E.O. 13706) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C. 3332) CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS The following attachments are part of this solicitation and any resulting contract (see separate documents). 1. Schedule of Items with pricing and past performance information, 1 page 2. Map, 1 page 3. Wage Determination WD 2015-5511, Revision No. 7, Date of Revision 12/26/2018 (10 pages) INSTRUCTIONS, CONDITIONS, AND NOTICES TO QUOTERS FAR 52.237-1 Site Visit. (APR 1984) Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. There is not a scheduled site visit. If you need more information, contact Sam Manifold at 208-983-4018 samuel.manifold@usda.gov. System for Award Management (SAM). In order to be eligible for a contract award under this solicitation, quoters must have an active registration in the System for Award Management via www.sam.gov. The System for Award Management (SAM) is an official website of the U.S. Government. There is no cost to use SAM. Procurement Technical Assistance Center (PTAC). For questions concerning SAM registration, certifications, or assistance with preparing quotes, contact the PTAC office in your area. Services are FREE. In Idaho contact the Boise office: Lee Velten Idaho PTAC Program Analyst (208) 426-1742 leevelten@boisestate.edu garymoore@boisestate.edu Gary Moore Program Manager (208) 426-1741 garymoore@boisestate.edu In Montana contact the Kalispell office: Doug Bolender (406) 257-7711 x5 or doug@dobusinessinmontana.com. Submission of Quotes. Request for Quotations will be accepted NO LATER THAN 4:00 p.m. Pacific Time on May 13, 2019. For information regarding this solicitation, please contact Contracting Officer Marion Daniel at 208-765-7282 or marion.daniel@usda.gov. Submit the following as your Quote: Schedule of Items with pricing and Past Performance information (separate attachment). Submission Methods: Email: marion.daniel@usda.gov (preferred method) Fax: 208-765-7229 (confirm receipt) Mail: USDA Forest Service ATTN: Marion Daniel, Contracting Officer 3815 Schreiber Way Coeur d'Alene, ID 83815 EVALUATION OF QUOTATIONS One award will be made. Award will be made to the Quoter whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to, such factors as past performance and price.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »