Federal Bid

Last Updated on 20 Jun 2018 at 8 AM
Combined Synopsis/Solicitation
Crater lake Oregon

CRLA Vault Pumping

Solicitation ID 140O8418Q0050
Posted Date 30 May 2018 at 10 PM
Archive Date 20 Jun 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Crater lake Oregon United states
The purpose of this amendment is to correct errors in the Statement of Work and Quote Sheet.  Changes appear in Bold font.  The Response Date is extended to June 5 

This is a combined synopsis/solicitation for the acquisition of Vault Toilet Pumping, a commercial service, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-97 of January 24, 2018.  Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140O8418Q0050 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 562991 with a corresponding size standard of $7.5 million in average gross receipts for the past three years. All responsible parties may submit a response, which, if timely received, will be considered.  

DESCRIPTION:  Contractor shall provide all equipment, materials and labor required for the removal of human waste from (5ea.) 500-gallon holding tanks and (5ea.) 1,000-gallon holding tanks for public vault toilets.  Toilets are sited at the following park locations:  The 500 gallon tank units include: Ponderosa, White Bark, Pumice Point, Good Bye, and Old West picnic areas.  The 1,000-gallon tanks units are located at the Wizard Island Overlook, North Entrance, Cleetwood (2ea.) and Vidae Falls picnic areas.  The 1,000-gallon septic tank is located at the Lost Creek Campground.  Point of contact will be Carrie Toepper, Buildings & Utilities Supervisor, (541-594-3038). All sites are accessible to dual-axle commercial vacuum trucks up to 4,000-gallon capacity. Truck trailer combination will not be permitted.  All waste shall be transported out of the park and disposed at an Oregon Department of Environmental Quality (ODEQ) permitted treatment facility.  Contractor shall be licensed, insured and bonded for this service. Service may be scheduled in any of the following months: May, June, July, Aug, Sept, and Oct.  Work shall be performed Monday through Friday between hours of 0800 to 1530. The Contractor shall be notified by the Building and Utilities Supervisor a minimum of two days prior for requested service.  Each service call shall provide the contractor a full load to the greatest extent possible with a minimum number of stops.  Contractor shall have access through a service hatch located behind the facility.  The Lost Creek Septic Tank has standard size access vault lids. Removal of human waste will be performed in manner that no leakage from the truck, hoses, or during the process of the pumping vaults occurs.  All waste shall be removed to the greatest extent possible including any foreign debris (cans, bottle, rocks, sticks, etc.)  Delete the following task: The vaults we be refilled with approximately 2" of clean water across the bottom of the vault. Any spillage will be cleaned up promptly by the contractor and all debris shall be removed by Contractor outside of the park.  Contractor's equipment shall be licensed, well maintained both mechanical and visually.  Any leaking/dripping equipment fluids shall be cleaned up promptly.  Contractor shall at all times have spill clean-up materials (shovel, absorption pads, etc.) on the equipment.  Hoses shall be capped at all times during transport.  Any mud or foreign debris shall be removed prior to coming into the park as to minimize possible weed seed and non-native vegetation dispersal.

The National Park shall provide one employee to work with the contractor when pumping the vault toilets/septic tanks.  They will assist the contractor in locating facilities and cleaning the toilets/facilities after they have been pumped. Maps and additional information about the park can be found at www.nps.gov/crla

PERIOD OF PERFORMANCE: BASE PERIOD: From the date of award, on or around June 11, 2018 - April 30, 2019
OPTION PERIOD 1:  May 1, 2019 - April 30, 2020
OPTION PERIOD 2:  May 1, 2020 - April 30, 2021
OPTION PERIOD 3:  May 1, 2021 - April 30, 2022
OPTION PERIOD 4:  May 1, 2022 - April 30, 2023 

PAYMENT: The vendor must submit invoices via the IPP payment system.  Payment will be made by electronic funds transfer generated by the US Treasury. 

TERMS AND CONDITIONS: TERMS AND CONDITIONS: The following FAR provisions and clauses apply:
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-17, Ownership or Control Offeror
52.204-18, Commercial and Government Entity Code Maintenance
52.204-20, Predecessor of Offeror
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1, Instructions to Offerors -- Commercial Items
52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full)
52.212-4, Contract Terms and Conditions -- Commercial Items
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires
This Statement is for Information Only: It is not a Wage Determination; Employee Class: WG-5; Monetary Wage: $18.02; Fringe Benefits: $1.38
52.222-55, Minimum Wages Under Executive Order 13658
52.217-5, Evaluation of Options
52.217-6, Option for Increased Quantity
52.217-9, Option to Extend the Term of the Contract
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15, Stop-Work Order
1452.201-70 Authorities and Delegations

Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/.

Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).  "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE.  Failure to attach the required documentation as specified above will result in the IPP invoice being rejected.  The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date.  Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email [email protected] or phone (866) 973-3131.  If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

INSTRUCTIONS TO OFFERORS: 
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 

Quotations are due by Tuesday, June 5, 2018 at 4:00 PM, PDT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park. Quotations must include the following information:
Company name
Company DUNS number
Contact name, phone number and e-mail
Quotations must be sent to e-mail address: [email protected] before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by return e-mail, you must contact Contract Specialist for confirmation).  Any quotation received after 4:00 pm Pacific Daylight Time will be considered late and will not be further considered.
Acknowledgment of any amendments to the solicitation 

Do NOT contact or send quotations to the Default Contracting Office Address in Denver, Colorado.
 

OFFER EVALUATION/OPTION(S): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors will be used to evaluate offers:
1.  Past Performance (an offeror's or contractor's performance on active and physically completed contracts) as evidenced by providing current contact information for the list of jobs - Use Attachment 2
2.  Price
Relative Importance of Evaluation Factors: Non-price factors when combined are equal to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 

THE POINT OF CONTACT FOR THIS QUOTATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail: [email protected]

Attachment No. 1                              QUOTATION SHEET

SOLICITATION No:        140O8418Q0050 (Request for Quotations)
PROJECT AREA:             Crater Lake National Park, Klamath County, Oregon
PROJECT TITLE:            Pump Vault Toilets

Company name
Company DUNS number
Contact name, phone number and e-mail
Acknowedgement of RFQ Amendment # 

NOTICE: Offerors are required to submit, at a minimum, a quotation that conforms to the solicitation documents with pricing for all items. Failure to do so may render this quotation unacceptable.  The government intends to award a purchase order for a base year and four additional option years, subject to the availability of funds and satisfactory performance. CRLA estimates the requirement for pumping to be 8,000 to 15,000 gallons annually. Each service call shall provide the contractor a full load to the greatest extent possible with a minimum number of stops. 

BASE PERIOD: From the date of award, estimated June 11, 2018 - April 30, 2019
OPTION PERIOD 1:  May 1, 2019 - April 30, 2020
OPTION PERIOD 2:  May 1, 2020 - April 30, 2021
OPTION PERIOD 3:  May 1, 2021 - April 30, 2022
OPTION PERIOD 4:  May 1, 2022 - April 30, 2023 

Line Item

Description

Est Qty

Unit

Cost/Gal ($)

Total ($)

0010

BASE PERIOD: Pump Vault Toilets and Septic Tank, per gallon

10,000

Gal

 

 

0020

OPTION PERIOD 1: Pump Vault Toilets and Septic Tank, per gallon

10,000

Gal

 

 

0030

OPTION PERIOD 2: Pump Vault Toilets and Septic Tank, per gallon

10,000

Gal

 

 

0040

OPTION PERIOD 3: Pump Vault Toilets and Septic Tank, per gallon

10,000

Gal

 

 

0050

OPTION PERIOD 4: Pump Vault Toilets and Septic Tank, per gallon

10,000

Gal

 

 

TOTAL ($)

 

 

 Attachment No 2 - Experience & Past Performance Form

Use this form to demonstrate your successful past experience of relevant jobs that compare favorably to the work offered in this project.  List jobs of similar nature/scope as performed within the last three years. Refer to the Evaluation Factors in the RFQ. Use as many copies of this Form, or an equivalent, as may be required.  Attach additional documents as needed.

 

CONTRACT NO:

 

AGENCY OR OWNER:

 

CONTACT PERSON:

 

CONTACT PHONE NO.

 

CONTACT EMAIL:

 

 

 

DESCRIPTION OF WORK:

 

 

 

 

 

CONTRACT NO:

 

AGENCY OR OWNER:

 

CONTACT PERSON:

 

CONTACT PHONE NO.

 

CONTACT EMAIL:

 

 

 

DESCRIPTION OF WORK:

 

 

 

 

 

CONTRACT NO:

 

AGENCY OR OWNER:

 

CONTACT PERSON:

 

CONTACT PHONE NO.

 

CONTACT EMAIL:

 

 

 

DESCRIPTION OF WORK:

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Crater lake Oregon 13 Mar 2018 at 9 PM
Crater lake Oregon 07 May 2019 at 2 PM
Crater lake Oregon 29 Mar 2024 at 5 PM
Crater lake Oregon 14 Mar 2023 at 10 PM
Crater lake Oregon 23 Jan 2020 at 5 AM

Similar Opportunities

Point reyes station California 11 Jul 2025 at 12 AM
Point reyes station California 11 Jul 2025 at 12 AM
New york New york 08 Jul 2025 at 11 AM
Tucson Arizona 16 Jul 2025 at 6 PM
Valley Alabama 29 Jul 2025 at 4 AM (estimated)