The RFP Database
New business relationships start here

Portable Toilet Pumping for the Fort Ord National Monument at Monterey, CA


California, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

L17PS00114 - Portable Toilet Pumping for the Fort Ord National Monument

The Bureau of Land Management (BLM), California State Office is issuing this combined synopsis solicitation under commercial item procedures in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only request for quotations (RFQ) and a written solicitation will not be issued. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-93-1, dated January 1, 2017. This RFQ is set-aside for small business concerns. The North American Standard Industrial Classifications System (NAICS) Code is 562991-Portable toilet pumping (i.e., cleaning) services; small business size standard is $7.5 million; Product Service Code (PSC) S222 B? Housekeeping- Waste Treatment/Storage.

OVERVIEW OF SERVICE:
Contractor shall furnish labor and cleaning supplies to provide cleaning of four double Tioga units located on the Fort Ord National Monument in Monterey County, California. Contractor shall also ensure that each restroom has adequate supply of toilet paper on dispenser to last until the next scheduled service. The BLM will provide toilet paper that will be stored in the locked chase area of each Tioga unit.

Each double Tioga unit contains two separate rooms, and one toilet per room. Each room is 43 square feet B? see attached diagrams 1-3. Each room has a locked toilet paper dispenser capable of holding three full rolls of toilet paper. In total, there are four vault toilets to service at the BLMB?s Creekside Terrace Trailhead, and four vault toilets to service at the BLMB?s Badger Hills Trailhead. For location B? see diagram 4.

DETAILS OF SERVICE:
A.    EXTERIORS OF UNITS: Contractor shall check each building unit exteriors for trash, debris, stickers, graffiti, spider webs, etc. during each service visit. Trash, debris, stickers and spider webs on the building shall be removed and disposed of during service. Excluding toilet paper, these materials shall not be disposed of into the toilet vault or BLM trash can. Graffiti that can be removed by hand using a graffiti removal cleaning product shall be removed. Graffiti that cannot be removed by hand (i.e. graffiti scratched into wall surfaces) shall be reported to the BLM authorized officer immediately (see contact information below).

B.    PATIOS AND WALKWAYS AROUND UNITS: Two units have a concrete walkway or patio in front of the bathroom doors. Contractor shall sweep these areas within five feet of the buildings. Two units have a gravel or natural surfaced walkway in front of the bathroom doors. Contractor shall remove all trash and debris within five feet of these buildings, but is not required to sweep these areas. Contractor is not required to remove weeds growing near the buildings.

C.    INTERIOR OF UNITS: Contractor shall check each building unit interior for trash, debris, stickers, graffiti, spider webs, etc. during each service visit. Trash, debris, stickers and spider webs within the building shall be removed and disposed of during service. Excluding toilet paper, these materials shall not be disposed of into the toilet vault or BLM trash can. Graffiti that can be removed by hand using a graffiti removal cleaning product shall be removed. Graffiti that cannot be removed by hand (i.e. graffiti scratched into wall surfaces) shall be reported to the BLM authorized officer immediately. Contractor shall sweep the floor of each room daily, and shall mop the floors when residues on the floor require wet mopping to remove. Toilet seats and risers shall be cleaned as needed to ensure that they are residue-free. The inside of the toilet riser shall be scrubbed or pressure-washed to remove residues as needed. Due to the possibility of damaging paint, floors and walls shall not be pressure washed unless directed and supervised by a BLM authorized officer.

Contractor shall replace toilet paper on the dispenser bars to ensure availability until the next cleaning. Partial rolls of toilet paper can be left with full rolls on the disperser bar which shall always have at least two full rolls (or equivalent of) on the dispenser bar.

D.    OTHER: No hazardous materials shall be stored or disposed of on-site (e.g. fuel, oil, grease, etc.). Contractor shall sign a log sheet within the facility to indicate the time and date of the service.

E.    GOVERNMENT SUPPLIED MATERIALS: The BLM will provide the contractor with toilet paper. The toilet paper will be stored in the chase/closet that is located with each restroom unit. The contractor will also be provided with a key to the chase closet.

BID SCHEDULES:
1.    Seven Days/Week: The services described above shall be rendered every day (Monday through Sunday) - including holidays. Work can be done any time between 0600 hrs -1800 hrs.
2.    Four Days/Week: The services described above shall be rendered Monday, Wednesday, Friday and Sunday - including holidays. Work can be done any time between 0600 hrs -1800 hrs.
3.    Three Days/Week: The services described above shall be rendered Tuesday, Thursday and Saturday - including holidays. Work can be done any time between 0600 hrs -1800 hrs.

PERIOD OF PERFORMANCE:
Estimated period of performance is one base year with 4, one-year option years as follows:
Base Year: 03/01/2017 to 02/28/2018; Option Year 1: 03/01/2018 to 02/28/2019; Option Year 2: 03/01/2019 to 02/28/2020; Option Year 3: 03/01/2020 to 02/28/2021; Option Year 4: 03/01/2021 to 03/01/2022.

PROVISIONS AND CLAUSES (Incorporated by Reference):
B?    Local DOI Clause: Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)
The following clauses can be found at https://www.acquisition.gov/far/index.html:
B?    52.212-1 B? Instructions to Offerors-Commercial
B?    52.212-2 B? Evaluation-Commercial Items B? the RFQ will be evaluated as best value.
B?    52.212-3, Offeror Representations and Certifications B? Commercial Items
B?    52.212-4, Contract terms and Conditions- Commercial Items
B?    52.212.-5 B? Contract terms and Conditions- Commercial Items
B?    52.232-18 B? Availability of Funds

SUBMISSION REQUIREMENTS:
Proposals are due for this combined synopsis/solicitation on February 1, 2017 at 5:00 PM PST and shall be submitted electronically to blm_ca_solicitations@blm.gov with the subject line referencing B?L17PS00114B?. The following information shall be included in the proposals: company name, DUNS number, Tax ID Number (TIN), address, phone/fax number, email address, and official point of contact. Proposals shall include pricing for the base year and option years for each bid schedule. Proposals shall be manually signed by an authorized company official. Active registration in SAM (http://www.sam.gov/) shall be required for the award. Awards will be based on the best value to the Government.

For questions regarding this combined synopsis solicitation you may contact Vanessa Kobilis at (916) 978-4441 or vkobilis@blm.gov.


END OF COMBINED SYNOPSIS SOLICITATION.

Kobilis, Vanessa

Click here to send email to Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP