Alaska Bids > Bid Detail

Cold Weather Pumping and Thawing of Vaulted Latrines

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159254265957281
Posted Date: Feb 23, 2023
Due Date: Mar 1, 2023
Solicitation No: W912D0-23-Q-0002
Source: https://sam.gov/opp/5f97f0d584...
Follow
Cold Weather Pumping and Thawing of Vaulted Latrines
Active
Contract Opportunity
Notice ID
W912D0-23-Q-0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-OO
Sub Command 3
413TH CSB
Office
0413 AQ HQ CONTRACT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
  • Updated Published Date: Feb 23, 2023 10:46 am AKST
  • Original Published Date: Feb 21, 2023 03:06 pm AKST
  • Updated Date Offers Due: Mar 01, 2023 01:00 pm AKST
  • Original Date Offers Due: Mar 21, 2023 01:00 pm AKDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 16, 2023
  • Original Inactive Date: Apr 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Fort Wainwright , AK 99703
    USA
Description View Changes

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





The combined synopsis/solicitation number is W912D0-23-Q-0002 and is issue as a Request for Proposal (RFP) to establish a Blanket Purchase Agreement (BPA) for the purchase of Cold Weather Pumping and Thawing at Fort Wainwright, Alaska (FWA).





The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01, effective 30 December 2022. The DFARS provisions and clauses are those in effect 16 February 2023.





This requirement is a Total Small Business Set-Aside. In accordance with FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (which applies to this combined synopsis/solicitation), offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.





The associated North American Industrial Classification System (NAICS) code for this procurement is 562991, Septic Tank and Related Services. The NAICS Code was identified through a review of the U.S. Census Bureau’s website where Used Furniture Moving was listed as a corresponding index category. The small business size standard is $8 million.



DESCRIPTION OF REQUIREMENT:





The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and vehicles non-personal services necessary to provide pumping and thawing of vaulted latrines and other related services, primarily during the months of September through April. The vaulted latrines are located on Fort Wainwright, Alaska, and the associated Yukon Training Areas. See PWS building locations.





PLACE OF PERFORMANCE:





The period of performance shall be for one base year and 2 option years. The period of performance is as follows:





PERIOD OF PERFORMANCE:





The period of performance (POP) shall be as follows:





Period



Period Start Date



Period End Date



Base Year



10 March 2023



9 March 2024



Option Year 1



10 March 2024



9 March 2025



Option Year 2



10 March 2024



9 March 2026





Description of Agreement:





The services under this BPA shall be on a case by case basis and stipulated on

individual calls issued against the BPA. Required services will be pumping and thawing, maintenance, and/or waste disposal which will be performed on locations where the requested service is needed in accordance with the terms of each BPA Call and following the specifications in the PWS and all applicable local, state and federal laws and regulations. See PWS for the designated locations on Fort Wainwright and Training areas.





The contractor is responsible for conducting business, between the hours of 8:00 AM and 5:00 PM, Monday thru Friday, except federal holidays or when the government installation and/or training area is closed due to local or national emergencies, administrative closings, or similar government directed closings. The contractor must at all times maintain and adequate workforce for the uninterrupted performance of all tasks defined within the PWS when the government installation and/or training area is not closed for the above reasons.





The Contracting Officer Representative (COR) will notify Contracting Officer (KO) as soon as a cold weather pumping and thawing requirement is known. Completion schedule shall be determined for each incident through the COR.





The BPA will be awarded no later than March 2023 and successful offerors must be able to provide services starting no later than March 2023.







PROPOSAL INFORMATION:





Offeror shall include in their proposals the following:






  • Technical/Performance Capabilities

  • Proposed Price (Attachment 2)

  • Response to FAR Provision 52.204-24 and/or 52.204-26 (Attachment 4)

  • Questionnaire (Attachment 5)







QUESTIONS:





Any questions concerning this combined synopsis/solicitation shall be submitted electronically via email to Jeffrey.a. Morgan69.civ@army.mil and richard.f.smith3.civ@army.mil





SUBMISSION:





Proposals shall be submitted electronically and no other method of proposal submission will be accepted. Adobe (.pdf), Microsoft Word (.doc) and Microsoft Excel (.xlsx) are acceptable formats for submitting proposals.





Proposals shall be electronically submitted and received no later than Wednesday, March 1, 2023 at 1:00 PM (AKST). All proposals shall be emailed to jeffrey.a.morgan69.civ@army.mil and richard.f.smith3.civ@army.mil.





If you are having issues submitting your proposal, please contact Jeffrey Morgan and/or Richard Smith as soon as possible.





BASIS OF CONTRACT AWARD:





The Government intends to award a Blanket Purchase Agreement (BPA) for the purchase of Cold Weather Pumping and Thawing at Fort Wainwright, Alaska (FWA) to a responsible vendor capable of meeting the requirements of the attached PWS and to whom proposal conforms to the combined synopsis/solicitation.





Vendors are required to be registered in the System for Award Management (SAM) at the time a proposal is submitted. Vendors can register at https://www.sam.gov.





Only small vendors who are registered in SAM under NAICS 562991, have no active exclusions, and have completed and updated their FAR & DFARS Representations and Certifications will be considered.





Vendors shall ensure the update of SAM records and FAR & DFARS Representations and Certifications.





Vendor must provide Section 889 representations, Part A and B, within their representations and certifications. OCT 2020 or later versions for FAR 52.204-24, 52.204-26 and 52.212-3 are now available in SAM. Ensure the update of SAM records and provide representations within the OCT 2020 or later provisions.





INVOICES:





The submission of invoices shall be in accordance with FAR clause 52.212-4(g). The contractor shall submit ALL invoices electronically utilizing Wide Area Work Flow (WAWF). Procedures for using WAWF are found in DFARS clause 252-232-7003, Electronic Submission of Payment Requests and Receiving Reports.





Vendors will invoice only for the work performed.





FUNDING INFORMATION:





Funding has been certified and will be available at the task order level.





CONTRACTING OFFICE POINTS OF CONTACT:





Contracting Officer



Contract Specialist



Jeffrey Morgan



Richard Smith



907-353-1519



907-353-2460



Jeffrey.a.morgan69.civ@army.mil



richard.f.smith3.civ@army.mil





The following additional FAR clauses and provisions are applicable to this acquisition:





52.202-1 Definitions (June 2020)



52.203-7 Anti-Kickback Procedures (June 2020)



52.204-7 System for Award Management (OCT 2018)



52.204-9 Personal Identity Verification of contractor Personnel (JAN 2011)



52.204-13 System for Award Management Maintenance (OCT 2018)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)



52.204-22 Alternative Line Item Proposal (JAN 2017)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by



Kaspersky Lab and Other Covered Entities. (Nov 2021)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (OCT2020)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)



52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



52.211-5 Material Requirements (Aug 2000)



52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2021)



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executives Orders—Commercial Products and Commercial Services (MAY2022)



52.216-19 Order Limitations (Oct 1995)



52.216-21 Requirements (Oct 1995)



52.216-24 Limitation of Government Liability (Apr 1984)



52.219-1 Small Business Program Representations (Oct 2022)



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021)



52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)



52.219-28, Post Award Small Business Program Representation (SEP 2021)



52.222-3 Convict Labor (JUNE 2003)



52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016)



52.222-21, Prohibition of Segregated Facilities (Apr 2015)



52.222-26, Equal Opportunity (Sep 2016)



52.222-50, Combating Trafficking in Persons (Mar 2015)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020)



52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) CLAUSE IBR



52.225-18 Place of Manufacture (Aug 2018)



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-



Representation and Certifications (Jun 2020)



52.219-28 Post-Award Small Business Program Representation (Oct 2022)



52.232-1 Payments



52.232-33, Payment by Electronic Funds Transfer— System for Award Management (OCT 2018)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)



52.233-3 Protest after Award (AUG 1996)



52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)



52.243-1 Changes-Fixed Price (Aug 1987)



52.244-6 Subcontract for Commercial Products and Commercial Services (Dec 2022)



52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)



52.252-2 Clauses Incorporated by Reference (FEB 1998)





The following additional DFARS clauses cited in the clause are applicable to the acquisition:





252.201-7000 Contracting Officer’s Representative (Dec 1991)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)



252.203-7005 Representation Relating to Compensation of Former DoD Officials. (NOV 2011)



252.204-7003 Control Of Government Personnel Work Product (APR 1992)



252.204-7004 Antiterrorism Awareness Training for Contractors (Feb 2019)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)



252.204-7020 NIST SP 800-171 DOD Assessment Requirements (MAR 2022)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)



252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)



252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006 Wide Area Work-Flow Payment Instructions (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021)



252.243-7001 Pricing of Contract Modifications (DEC 1991)



252.244-7000 Subcontracts for Commercial Items (JAN 2021)



252.246-7008 – Sources of Electronic Parts (MAY 2018)



252.247-7023 Transportation of Supplies by Sea, Basic (FEB 2019)



LIST OF ATTACHMENTS:






  • Attachment 1: Performance Work Statement

  • Attachment 2: Individual Price Sheet

  • Attachment 3: SCA WD #2015-5683 Rev15 (2022.03.15) Fairbanks North

  • Attachment 4: FAR Provisions 52.204-24 and 52.204-26

  • Attachment 5: Questionnaire




Attachments/Links
Contact Information
Contracting Office Address
  • 1064 APPLE STREET PO BOX 35510
  • FORT WAINWRIGHT , AK 99703-0510
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >