Federal Bid

Last Updated on 17 Mar 2009 at 8 AM
Combined Synopsis/Solicitation
Seaside California

W--PORTABLE LATRINE RENTAL AND SERVICES

Solicitation ID W9124N-09-T-0036
Posted Date 13 Jan 2009 at 8 PM
Archive Date 17 Mar 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Seaside California United states 93955
The Department of the Army, Army Reserve Contracting Center West Presidio of Monterey Division has a requirement for ten (10) portable latrines and ten (10) wash units. Contractor shall service the units weekly and provide chemicals, toilet paper, paper towels, hand soap and must be responsible for refilling the Latrines and Wash Units as needed. Delivery of the units is around the vicinity of Building 259, Jolon, CA 93928. The period of performance is 1 February 2009 through 31 December 2009.

All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov. The North American Industry Classification System (NAICS) code is 532310, and the small business size standard is $7.0 Million.

This procurement is a 100 percent small business set aside. A firm fixed price contract is contemplated. This combined synopsis/solicitation is the only information you will receive, no separate solicitation or paper copies will be provided.

The following provisions and clauses are incorporated by reference:

52.212-1 Instruction to Offerors Commercial Items
52.212-4 Contract Terms and Conditions - Commercial Items

52.212-2, Evaluation Commercial Items
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on the contractors ability to meet the following requirements:
a) Provide and service weekly, ten (10)portable latrines and ten (10) wash units.
b) Provide chemicals, toilet paper, paper towels, hand soap and must be responsible for refilling these items as needed.
c) Service and stamp each portable toilet to indicate that it has been serviced.
d) Be responsible for the repair and replacement for any damage to portable toilets and portable wash units.

52.212-3, Offerors Representations and Certifications Commercial Items
The offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision.

52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era
FAR 52.225-13 Restrictions on Certain Foreign Purchase
FAR 52.232-36 Payment by Third Party (Credit Card)
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable:

252.225-7001 Buy America and Balance of Payment Program
252.232-7003 Electronic Submission of Payment Requests
252.211-7003 Item Identification and Valuation
252.247-7023, Transportation of Supplies by Sea

Full texts of these clauses are available at:
http://farsite.hill.af.mil or http://www.arnet.gov/far/index.html

Please indicate on your proposal if you will accept the government purchase card as the payment method. If the contractor does not accept the government purchase card the contractor shall submit payment request(s) using Wide Area Workflow (WAWF). WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Additional WAWF Instructions will be provided upon receipt of order.

Contracting Office Address:
Bldg 4385, Room 2202, 400 Gigling Road, Seaside, CA 93955
Point of Contact(s): Pett A. Aranton, Contract Specialist, Phone: 831-242-6577, Fax: 831-242-6562, E-Mail: [email protected]

Bid Protests Not Available

Similar Past Bids

Seaside California 23 Dec 2008 at 5 PM
Seaside California 11 Sep 2011 at 6 PM
California 23 Aug 2019 at 9 PM
Ellsworth air force base South dakota 27 Apr 2023 at 8 PM
San luis obispo California 19 May 2015 at 10 PM

Similar Opportunities

Yuma Arizona 08 Jul 2025 at 6 PM
Gwinn Michigan 21 Jul 2025 at 4 PM
Chaparral New mexico 24 Jul 2025 at 4 PM
Philadelphia Pennsylvania 09 Jul 2025 at 4 AM (estimated)