Search Contract Opportunities

USAG Picatinny Arsenal Portable Toilet Requirement

ID: W15QKN-23-R-5019 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation. Quotations are being requested and a written solicitation will not be issued. A firm fixed price purchase order is anticipated. Quotations must reference no. W15QKN-23-R- 5019. The NAICS code is 561210. The Government has a requirement for Portable Toilet Service in accordance with the Performance Work Statement (PWS) included herein.

Performance Work Statement (PWS)

Portable Restrooms

Table of Contents

Introduction . 1

1.1 Background. 1

1.2 Objectives. 1

2.0 Requirements . 2

3.0 Performance Requirements and Standards . 3

4.0 Performance Requirements Summary (PRS) Matrix. 4

5.0 Common Levels of Service (CLS) 4

6.0 Deliverables . 4

7.0 Related Documents. 4

Introduction . This is a non-personal services contract to provide USAG Picatinny Arsenal, New Jersey with portable restrooms. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary as defined in this PWS.

1.1 Background

U.S. Army Garrison Picatinny (USAG Picatinny), as part of the Installation Management Command (IMCOM), provides effective and efficient installation capabilities and services. USAG Picatinny supports the IMCOM mission, local tenant organizations, and promotes Soldier, Family and Civilian readiness and well-being. USAG Picatinny Arsenal is located in the city of Dover, Morris County, New Jersey.

1.2 Objectives

The objective is to establish a contract for year-round rental of portable restrooms and service to Picatinny personnel who work at locations without the benefit of fixed restroom facilities and to provide portable restroom services for attendees of special outdoor events (i.e., Armed Forces Day and Employee Appreciation Day).

The Contractor shall ensure all work accomplished in the performance of this PWS meets all applicable Federal, State, and local laws, regulations, and directives.

The Contractor shall submit all information as specified by the Deliverables included in the contract. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS of this contract.

2.0 Requirements .

The below listed requirements are applicable, flow down, to all associated sub-contractor employees utilized by the contractor.

2.1 Period of Performance (POP):

  • Base Year: 01 January 2023 or Date of Award
  • 1st Option Year: 01 January 2024 31 December 2024
  • 2nd Option Year: 01 January 2025 31 December 2025
  • 3rd Option Year: 01 January 2026 31 December 2026
  • 4th Option Year: 01 January 2027 31 December 2027

2.1.1 Work Hours: Regular garrison work hours are Monday Friday from 0730AM to 1600PM. The garrison is closed weekends and Federal holidays. When the garrison is closed due to an unforeseen occurrence such as inclement weather, work shall be rescheduled when safe to resume.

2.1.2 Safety & Security: Contractor shall comply with all USAG Picatinny security and safety regulations. The Contractor is responsible for complying with applicable OSHA regulations and accident prevention to protect the life and health of their employees and other persons. Additionally, all Contractor persons working in connection with this contract shall be governed by all applicable local, state, and federal traffic and parking regulations. A valid vehicle registration, insurance card, and driver's license are required to operate a motor vehicle on the installation.

2.1.3 Conduct: Contractor personnel's conduct shall not reflect discredit upon the Government. The Contractor shall ensure all personnel present a professional appearance while working on the Government installation. The Contractor's employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor shall ensure all Contractor employees, providing services under this contract, conduct themselves and perform services in a professional, safe, and responsible manner. The Contractor shall remove, from the job site, any employee for reasons of misconduct or security. The Contractor shall ensure employee conduct complies with 41 USC 423, Procurement Integrity. The Contractor shall ensure that no Contractor employees conduct political related activities or events on the installation.

2.1.4 Security Training:

AT Level I training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 05 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil

Access and general protection/security policy and procedures. Contractor and all associated sub-contractor's employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9 or NAF Clause BI.142, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.

The Contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 05 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award.

The frequency of support required and the numerous locations that will require access make the specified Antiterrorism related training necessary. All Contractor personnel performing regular duties on Picatinny Arsenal pursuant to the referenced service contract will require the specified training. Some flexibility is acceptable: a contract employee who provides service as a substitute for a long-term service provider will not need to complete the training referenced if their presence is limited to that infrequent substitution. (i.e., the regular" servicing technician is sick for a day, their temporary replacement for that day is acceptable without training. An infrequent presence for the purposes of the training requirements listed above is defined as an annual total presence on Picatinny Arsenal, for any duration, on five or fewer occurrences.)

Operations Security: Per AR 530-1, the Contractor's employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. OPSEC Awareness for Military Members, DoD Employees and Contractors is available at the following website: http://cdsetrain.dtic.mil/opsec/index.htm

3.0 Performance Requirements and Standards . All Americans with Disability Act (ADA) compliant and non-ADA rental units shall be emptied, thoroughly cleaned, sanitized, stocked with toilet paper/hand sanitizer, and deodorized twice per week. Units shall be single occupancy, waterproof, and contain a unique unit identifier number which is visible on the front door for easy identification by location. See Attachment 1 below for a list of year-round locations.

3.1 All Contractor personnel performing services under this contract shall be eligible to work in the United States of America. All contractor employees shall be legal U.S. residents. The contractor shall immediately remove any employee that is not a legal U.S. resident. The contractor personnel shall be able to communicate clearly in the English language. The legal U.S. resident requirement is applicable to all associated sub-contractor employees.

4.0 Performance Requirements Summary (PRS) Matrix. The Contractor shall render timely and quality services as annotated in this PWS. The COR will randomly inspect to ensure compliance.

5.0 Common Levels of S ervice (CLS) . N/A.

6.0 Deliverables. The contractor shall submit monthly statements to the Contracting Officer Representative (COR) via email. Monthly invoices must be submitted via Wide Area Workflow (WAWF). A list of all contractor and all associated sub-contractor employees shall be provided to the COR at least three business days, prior to requiring access to the Garrison, in support of the requirements of the contract.

7.0 Related Documents. N/A

Attachment 1 Portable Restroom Locations

YEAR-ROUND LOCATION QTY UNIT UNIQUE UNIT IDENTIFIER (UUI)

Navy Hill Gate 1 Standard

Building 405 1 Standard

Mt. Hope Gate 1 Standard

Building 53 1 Standard

Building 3006 1 Standard

Truck Gate 1 ADA

Scale House 1 ADA

Building 640 1 Standard

Main Gate 1 ADA

Building 217 1 Standard

G2 Range 1 Standard

G2 Range 1 ADA

Robinson Enc. Gate 1 Standard

169 Fire Dept. 1 Standard

Building 241 1 Standard

Building 63 1 Standard

Building 18C 1 Standard

Building 47 1 Standard

Building 57 1 Standard

Total 19

*** A Unique Identifier (UID) is required for all units. The UID may be a unique number spray painted on the door of the units for easy identification.

***Special events may require 8 standard and 2 ADA compliant rental units.

The COR will confirm the requirement at least one month prior to the date of the special event.

The government intends to award to the lowest priced responsive offer. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office; phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. The closing date for the submission is C.O.B Tuesday 03 January 2023 Submission by email is preferred. The point of contact for this action is US Army Contracting Command-New Jersey ACC-NJ-JA, the Contract Specialist, Michael Zanowicz, Michael.e.zanowicz.civ@mail.mil,

Overview

Response Deadline
Jan. 6, 2023, 4:30 p.m. EST (original: Jan. 3, 2023, 4:30 p.m. EST) Past Due
Posted
Dec. 2, 2022, 4:01 p.m. EST (updated: Dec. 28, 2022, 11:11 a.m. EST)
Set Aside
None
Place of Performance
Picatinny Arsenal, NJ 07806 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 12/2/22 ACC Picatinny issued Synopsis Solicitation W15QKN-23-R-5019 for USAG Picatinny Arsenal Portable Toilet Requirement due 1/6/23. The opportunity was issued full & open with NAICS 561210 and PSC Z1ND.
Primary Contact
Name
Michael Zanowicz   Profile
Phone
None

Secondary Contact

Name
richard Wheelwright   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W15QKN-23-R-5019

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W15QKN-23-R-5019

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W15QKN-23-R-5019

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W15QKN-23-R-5019

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-NJ
FPDS Organization Code
2100-W15QKN
Source Organization Code
500045967
Last Updated
Jan. 6, 2023
Last Updated By
michael.e.zanowicz.civ@mail.mil
Archive Date
Jan. 6, 2023