Sanitation, Water, and Related Services for Wildfire Incidents

expired opportunity(Expired)
From: Utah(State)
AS24-103

Basic Details

started - 19 Mar, 2024 (1 month ago)

Start Date

19 Mar, 2024 (1 month ago)
due - 11 Apr, 2024 (16 days ago)

Due Date

11 Apr, 2024 (16 days ago)
Bid Notification

Type

Bid Notification
AS24-103

Identifier

AS24-103
Utah Division of Purchasing

Customer / Agency

Utah Division of Purchasing
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

02 April 2024 Sanitation, Water, and Related Services for Wildfire Incidents Division of Forestry, Fire and State Lands is seeking sanitation, water, and related services for wildfire incidents. 02 April 2024 Open 3/19/2024 8:00 AM MDT Type Request for Proposal Close 4/11/2024 2:00 PM MDT Number AS24-103 Currency US Dollar Sealed Until 4/11/2024 2:00 PM MDT 02 April 2024 Contacts Ann Schliep aschliep@utah.gov Phone +1 801-957-7132 02 April 2024 Commodity Codes Commodity Code Description 47100 Water and waste water treatment supply and disposal equipment 22100 Heavy construction machinery and equipment including equipment for paving and earth moving 24111 Containers and storage bins including recycle bins and hoppers and baskets and storage chests and cabinets and sandbags and tanks and cylinders and reservoirs and water storage tanks and containment basins and expansion tanks and storage tanks 76120 Refuse disposal and treatment
including hazard waste disposal and non-hazardous waste disposal and refuse treatment, also garbage refuse recycling cans and containers 95130 Portable commercial and industrial buildings and structures including portable toilets 02 April 202402 April 202402 April 202402 April 202402 April 202402 April 202402 April 202402 April 202402 April 2024 mailto:aschliep@utah.gov Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Forestry, Fire and State Lands REQUEST FOR PROPOSALS Sanitation, Water, and Related Services for Wildfire Incidents SOLICITATION #AS24-103 This Request for Proposals (“RFP”), having been determined to be the appropriate procurement method to provide the best value to the Conducting Procurement Unit, is designed to provide interested Offerors with sufficient basic information to submit proposals. This Request for Proposals ("RFP”) is issued in accordance with the Utah Procurement Code and applicable administrative rules of the Utah Administrative Code. If any provision of this RFP conflicts with the Utah Procurement Code or Utah Administrative Code, then the Utah Procurement Code or Utah Administrative Code will take precedence. It is not intended to limit a proposal's content or exclude any relevant or essential data. Offerors are at liberty and are encouraged to expand upon the specifications to evidence service capability. Purpose of this Solicitation The purpose of this RFP is to enter into a contract to provide: Sanitation, Water, and Related Services for Wildfire Incidents, see Attachment B for additional information. It is anticipated that this RFP will result in multiple contract awards. The methodology or formula that will be used to determine the number of contract awards is any offeror who receives a total (technical plus cost points) of 700 points per line item per region. Closing date and time The closing date and time for this sourcing event are provided in this posting. If your time is different from that shown, your profile may be set to a different time zone. Please see the attachment titled "Changing Your Time Zone" in the Buyer Attachments section for directions on how to update your profile. It is your responsibility to make sure you submit your response by the date and time indicated above. Length of the Contract The contract resulting from this RFP will be for FIVE (5) years. Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number The State of Utah Division of Purchasing is the issuing procurement unit and the Division of Forestry, Fire and State Lands is the conducting procurement unit for this RFP (referred to as “the State”). The reference number for this RFP is Solicitation #AS24-103. This solicitation number must be referred to on all proposals, correspondence, and documentation submitted to the State relating to this RFP. Additional Information Offerors are prohibited from communications regarding this RFP with the conducting procurement unit staff, evaluation committee members, or other associated individuals EXCEPT the State of Utah Division of Purchasing procurement officer overseeing this RFP. Wherever in this RFP an item is defined by using a trade name, brand name, or a manufacturer and/or model number, it is intended that the words, “or equivalent” apply; and invite the submission of equivalent products by the Offerors. Offerors may be required to submit product samples to assist the chief procurement officer or head of a procurement unit with independent procurement authority in evaluating whether a procurement item meets the specifications and other requirements set forth in the request for proposals. Product samples must be furnished free of charge unless otherwise stated in the invitation for proposals, and if not destroyed by testing, will upon written request within any deadline stated in the invitation for proposals, be returned at the Offeror's expense. Samples must be labeled or otherwise identified as specified in the invitation for proposals by the procurement unit. The State reserves the right to conduct discussions with the Offerors who submit proposals determined to be reasonably susceptible of being selected for award, followed by an opportunity to make best and final offers pursuant to UCA § 63G-6a-707.5, but proposals may be accepted without discussions. Description New Technology Pursuant to Utah Administrative Rule R33-12-502 the awarded contract(s) may be modified to incorporate new technology or technological upgrades associated with the procurement item being solicited, including new or upgraded: (i) systems; (ii) apparatuses; (iii) modules; (iv) components; and (v) other supplementary items. Further, a maintenance or service agreement associated with the procurement item under the resulting contract(s) may be modified to include any new technology or technological upgrades. Any contract modification incorporating new technology or technological upgrades will be specific to the procurement item being solicited and substantially within the scope of the original procurement or contract. Legislative Appropriations Additional funding may be added to the awarded contract(s) if additional funding is provided to the procurement unit for the purpose identified in the scope of work by the legislature. Evaluation Administrative and Mandatory Minimum Requirement Compliance Each proposal received shall be evaluated as outlined in this RFP and the Utah Procurement Code. To be responsive and responsible Offerors must review and respond to the following sections of this RFP: prerequisites, buyer attachments, questions, and items. • The Prerequisites section includes the objective and subjective criteria that will be used to evaluate the proposals, which include the mandatory minimum requirements, technical criteria, and other prerequisites that Offerors must read and agree to in order to respond to this RFP. • The Buyer Attachments section includes the standard contractual terms and conditions of this RFP and other documents required for this RFP. • The Questions section allows the State to ask Offerors questions regarding this RFP. • The Items section includes the description of the procurement items being sought and allows the Offerors to provide their pricing on the procurement items. Note: This section may or may not be used with every solicitation. Offerors must review each section carefully. To determine which proposal provides the best value to the conducting procurement unit, the evaluation committee shall evaluate each responsive and responsible proposal that has not been disqualified from consideration under the provisions of Part 7 of Utah Code 63G-6a, using the criteria described in this RFP. After the evaluation and final scoring of proposals is completed, the State shall award the contract as soon as practicable (subject to the requirements of Utah Code Section 63G-6a-707(10)) to the eligible responsive and responsible Offeror, subject to Utah Code Section 63G-6a-707(10), provided the RFP is not canceled in accordance with Utah Code Section 63G-6a-902. Required to View Event Prerequisites Required to Enter Bid 02 April 2024 1. If received, a solicitation award does not constitute a binding contract. 2. All questions must be submitted through SciQuest during the Question and Answer period. 3. Offeror must guarantee its pricing for the period described in this RFP. 4. Any Offeror requesting that part of its bid be protected shall include with the bid a Claim of Business Confidentiality. 5. The proposed Scope of Work has been attached to this RFP. 6. The mandatory minimum requirements are the objective criteria in which the conducting procurement unit will evaluate proposals. 7. To determine which proposal provides the best value to the State, the evaluation committee will evaluate each responsive and responsible proposal that has not been disqualified or rejected using the subjective criteria listed in this prerequisites section. 8. All proposals in response to this RFP will be evaluated in a manner consistent with the Utah Procurement Code, Administrative Rules, policies and the evaluation criteria in this RFP. Offerors bear sole responsibility for the items included or not included within the proposal submitted by the Offeror. Each area of the evaluation criteria must be addressed in detail in the proposal. 9. Offeror's cost proposals will be evaluated independently. 10. Offeror may take exception and/or propose additional language to the Standard Terms and Conditions that have been attached to this RFP. 11. Offeror must agree with the following in the event they are awarded a contract. 12. The issuing procurement unit may not accept a proposal after the time for submission of a proposal has expired. 13. Proposals must be submitted electronically, through SciQuest. 14. Offeror acknowledges the requirements to submit a proposal through SciQuest. 02 April 202402 April 202402 April 202402 April 202402 April 202402 April 202402 April 2024 Buyer Attachments 1. Claim of Business Confidentiality 12.7.20.pdf 2. Changing Your Time Zone 2022.pptx 3. Attachment A Terms and Conditions for Goods & Services (Agency Contract) 4. Attachment B Scope of Work.docx 5. Attachment C Regional Map 02 April 202402 April 202402 April 202402 April 202402 April 202402 April 2024 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMDcwLTEwMTgxODUzODlDbGFpbSBvZiBCdXNpbmVzcyBDb25maWRlbnRpYWxpdHkgMTIuNy4yMC5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMDcwLTExOTY4MzYyMjVDaGFuZ2luZyBZb3VyIFRpbWUgWm9uZSAyMDIyLnBwdHg%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMDcwLTE0NTk4MjQxMTJUQ0FnZW5jeUdvb2RzU2VydmljZXMgNy4yMC4yMyBSUy5kb2N4&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMDcwLTE1ODQwMzA5NzBBdHRhY2htZW50IEIgU2NvcGUgb2YgV29yay5kb2N4&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMDcwLTM4MjY0NzkyN1B1cmNoIHJlZ2lvbmFsbWFwLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 Questions Required Questions Group 1: Acceptance of Prerequisites Instructions: 1.1 Offeror acknowledges that it is the offerors responsibility to to upload any and all documents in responding to the solicitation. If the vendors fails to upload a document, uploads an incorrect document, uploads a blank document, or uploads any document incorrectly the State of Utah may not allow the vendor to make changes following the closing of the solicitation. 1.2 Is Offeror presently or has Offeror ever been debarred, suspended, proposed for debarment, or declared ineligible by any governmental department or agency, whether international, national, state, or local? If yes, Offeror must provide a statement regarding its debarment or suspension. 1.3 Offeror acknowledges that they do not have financial ties to individuals or entities on an OFAC sanctions list. 1.4 If Offeror has any information that is not already provided within its proposal that if known to the State would impact the State’s determination on offeror’s responsiveness for a contract award (i.e., legal action, recent turn-over in major personnel, loss of a major contract, any alleged violations of federal, state or local regulations, etc.), please mark “yes” to this question and upload such information in the space provided below. Otherwise, please mark “no”. Please see UCA 63G-6a-120 & 902 for additional details. 1.5 Please upload information impacting Offeror’s responsiveness here. 1.6 Is Offeror an employee of the State of Utah? If yes, then Offeror must submit an external employment form signed by its manager at the State of Utah. 1.7 Offeror acknowledges that it must acquire and maintain all applicable federal, state, and local licenses before the contract is entered into. Licenses must be maintained throughout the entire contract period. Persons doing business as an Individual, Association, Partnership, Corporation, or otherwise shall be registered with the Utah State Division of Corporations and Commercial Code. NOTE: Forms and information on registration may be obtained by calling (801) 530-4849 or toll free at 877-526-3994, or by accessing: www.commerce.utah.gov. 1.8 Does Offeror have an outstanding tax lien in the State of Utah? If yes, Offeror must provide a statement regarding its debarment or suspension. Group 2: Vendor Information Instructions: 2.1 Please provide your firm's legal company name. 2.2 Please provide your federal tax identification number? (If the vendor is sole proprietor please do not provide your social security number.) 2.3 Please provide your firm's contact information for this contract, including the name, phone number, and email address of your firm's authorized representative. 2.4 Please provide your ordering address and the remit to address. Please clearly identify each address. 2.5 Please provide your firm's State of Utah Sales Tax ID Number. If you do not have a State of Utah Sales Tax ID Number, please write "N/A". 2.6 Identify your firm's type of business. 2.7 Is Offeror (owners, principles, partners) a retiree currently receiving benefits through the Utah Retirement Systems (URS)? 2.8 Is Offeror an employee of the State of Utah? If yes, then Offeror must submit an external employment form signed by Offeror's manager at the State of Utah. Group 3: Vendor's Submission Instructions: 3.1 Offeror/Bidder understands and acknowledges that if Offeror/Bidder accessed the "View as PDF" document available on the Utah Public Procurement Place Business Opportunities website and did not login to Offeror/Bidder's account in the Utah Public Procurement Place system, that Offeror/Bidder may not be viewing the entire the sourcing event and therefore may not be viewing the complete sourcing event requirements. Offeror/Bidder acknowledges that Offeror/Bidder has logged into Utah Public Procurement Place account and viewed the full sourcing event requirements including hyperlinks before submitting a response to a sourcing event. 02 April 202402 April 202402 April 202402 April 202402 April 2024 3.2 Potential Conflicts of Interest. Vendor must identify any conflict, or potential conflict of interest, that might arise during the contract. If no conflicts are identified or expected, write “None” in this section. 3.3 If your firm is requesting parts of its proposal be protected please upload your Claim of Business Confidentiality Form here as well as your redacted proposal. 3.4 Any exceptions to the Terms and Conditions must be uploaded here in the format outlined in Prerequisites: Standard Terms and Conditions (Exceptions and Negotiations). Further, any vendor terms and end user agreements (EULAs) required by your firm must also be uploaded here in the format outlined in Prerequisites: Standard Terms and Conditions (Exceptions and Negotiations). If you are submitting exceptions you must also provide contact information of your firm's legal personnel (name, email, and phone #) for T&Cs negotiations. Exceptions and/or additions submitted after the date and time for receipt of proposals will not be considered. If you have no exceptions or additions, upload a document stating "None" . 3.5 Offeror affirms that yes that pursuant to the Code of Federal Regulations 2 CFR 200.216 - Prohibition on certain telecommunication and video surveillance services or equipment, that none of the goods (including component parts) or services offered within its proposal are from the entity Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 3.6 Vendor understands and acknowledges that its response, including all uploaded documents, will not be considered received by the State of Utah unless the Vendor clicks submit. Even if Vendor uploads all required documents and responds to all required questions its response will not be considered if it does not click submit. Offeror acknowledges that after completing the solicitation it must click on the link in the left hand menu bar labeled “Review & Submit”, then check the box under the “Certification” heading to certify their bid. Then click the blue box labeled “Submit Response” in order to submit their bid. Once the response has been submitted, Vendor will receive a confirmation that the response was successfully submitted. Vendors who fail to submit their response will not have their response reviewed and will be ineligible for further consideration under this solicitation. Group 4: Mandatory Minimum Requirements Instructions: 4.1 Offeror acknowledges they must be able to provide some or all items and services according to Attachment B Scope of Work. 4.2 Offeror must guarantee that all equipment and services meet all current Federal, State and Local Laws or regulations. In addition, DOT regulations must be followed. Offeror must provide a statement that they adhere to all the laws and regulations which apply. 4.3 Offeror must indicate which region(s) they are submitting their proposal for. See Attachment C Region Map for regions. Group 5: Technical Criteria Response Instructions: 5.1 Experience - Describe in detail: Years of Service, Experience working with small and large events on a daily basis. If additional space is needed for response, please upload a document entitled 5.1 Experience. 5.2 Service - Describe in detail how Vendor can meet daily service requirements while on the assignment. Including cleaning and supplies, also relocation if needed. If additional space is needed, please upload a document entitled 5.2 Service. 5.3 Response Time - Vendor must describe in detail their response time to a call-out for an incident. What would cause delays, how will Vendor ensure that they are on site in a timely manner. If additional space is needed, please upload a document entitled 5.3 Response Time. 02 April 202402 April 202402 April 202402 April 202402 April 2024 Product Line Items Product Line Items 1. Items Used in Cost Evaluation # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Delivery P1 Portable Toilets 1 EA - Each Portable Toilets as described in Attachment B Scope of Work and Specifications. Must include a daily cleaning which includes time for travel and servicing. P2 ADA Portable Toilets 1 EA - Each Please refer to Attachment B for more information. Must include servicing per the terms of Attachment B. P3 G.Handwashing Station (Trailer Mounted): Type 1 12+ sinks 1 DAY - Day 1 Unit priced per day. Hand Wash Unit as described in Attachment B Scope of Work and Specifications. Must include a daily cleaning. P4 G.Handwashing Station (Trailer Mounted): Type 2 8-11 sinks 1 DAY - Day 1 Unit priced per day. Hand Wash Unit as described in Attachment B Scope of Work and Specifications. Must include a daily cleaning. P5 Portable Foot Pump Hand Wash Unit 1 EA - Each 1 Unit priced per day. Portable Foot-Pump Hand Wash Unit as described in Attachment B Scope of Work and Specifications. Must include a daily cleaning. P6 Trash Dumpsters 1 EA - Each Dumpster rental. - One each per day rental fee. The price per dumpster shall include all labor, equipment and materials necessary to complete the job, which includes all mobilization P7 Shower Unit - Small 8 - 11 shower heads 1 DAY - Day 1 Unit priced per day. Shower Unit as described in Attachment B Scope of Work and Specifications. P8 Shower Unit - Large - no less than 12 shower heads 1 DAY - Day 1 Unit priced per day. Shower Unit as described in Attachment B Scope of Work and Specifications. P9 Potable Water Truck - Type 1 1 DAY - Day 4000+ gallons - 1 Truck priced per day. Potable Water Truck as described in Attachment B Scope of Work and Specifications. P10 Potable Water Truck - Type 2 1 DAY - Day 2500 - 3999 gallons - 1 Truck priced per day. Potable Water Truck as described in Attachment B Scope of Work and Specifications. P11 Potable Water Truck - Type 3 1 DAY - Day 1000 - 2499 gallons - 1 Truck priced per day. Potable Water Truck as described in Attachment B Scope of Work and Specifications. P12 Potable Water Truck - Type 4 1 DAY - Day 400-999 gallons - 1 Truck priced per day. Potable Water Truck as described in Attachment B Scope of Work and Specifications. P13 Gray Water Truck - Type 1 1 DAY - Day 4000+ gallons - 1 Truck priced per day. Potable Water Truck as described in Attachment B Scope of Work and Specifications. P14 Gray Water Truck - Type 2 1 DAY - Day 2500 - 3999 gallons - 1 Unit priced per day. Gray Water Truck as described in Attachment B Scope of Work and Specifications. P15 Gray Water Truck - Type 3 1 DAY - Day 1000 - 2499 gallons - 1 Unit priced per day. Gray Water Truck as described in Attachment B Scope of Work and Specifications. P16 Gray Water Truck - Type 4 1 DAY - Day 02 April 202402 April 202402 April 202402 April 2024 400 - 999 gallons - 1 Truck priced per day. Potable Water Truck as described in Attachment B Scope of Work and Specifications. 2. Items not used in Cost Evaluation - Must be fair and reasonable. # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Delivery P1 Delivery/Pick-up Mileage 1 MILE - Mile Price per mile for delivery, pickup, and servicing. P2 Off pavement Delivery and servicing 1 HR - Hour It is is more than 1 mile off pavement, provide an hourly rate. Hours MUST be documented in written form and must be noted on documentation that this is off pavement. 02 April 202402 April 202402 April 202402 April 2024 Service Line Items Service Line Items There are no Items added to this event. 02 April 202402 April 202402 April 2024

3150 State Office Bldg, Salt Lake City, UT 84114, United StatesLocation

Address: 3150 State Office Bldg, Salt Lake City, UT 84114, United States

Country : United StatesState : Utah

You may also like

Fire Extinguisher Maintenance Service

Due: 29 Apr, 2024 (Tomorrow)Agency: DEPT OF DEFENSE

DPS Fire Service Training Tower

Due: 02 May, 2024 (in 4 days)Agency: Department of Health and Human Services

DPS Fire Service Training Tower

Due: 02 May, 2024 (in 3 days)Agency: Administrative Services, Dept

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.