Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
MODIFICATION

S -- REFUSE AND RECYCLING

Notice Date
7/25/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F41652-02-R-0020
 
Point of Contact
Jim Skender, Contract Administrator, Phone (915) 696-1085, Fax (915) 696-4084,
 
E-Mail Address
Jimmie.Skender@dyess.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Questions concerning Refuse and Recycling: 1) Would the base consider making a separate CLINS for disposal/tonnage? Yes 2) Are the 8 yard front load containers on base owned by the base or by Selrico? Selrico 3) A lot of the cans are in bad shape. You know, paint is bleached out and bottoms are rotted out or lids are damaged. Who is responsible for maintaining these units. Contractor is responsible. 4) The conveyor is owned by the base. It is very bad condition. Who is responsible for maintenance? Starting 1 Oct, contractor will be owner of conveyor & responsible for maintenance. In it's current condition, it might be cheaper to lease and/or buy a new one? Contractor's decision. 5) Why the big drop in the amount of material to be recycled? Disposal is very high. After many years of paying a contractor to sort 70-80% of our refuse, those materials, which have historically not sold or been re-used have been excluded from sorting, recycling, processing, and marketing; and will go directly to the landfill. 6) Appendix A for the SOW for Refuse and for Recycling are identical. Is it intended to have the same containers used for recycling and for refuse? Yes 7) Is it the intent of the SOW to have the contractor collect sorted recyclables from each office facility? Yes, from each building or building compound area. If so, what containers are being specified for the task? It is up to the contractor to decide "how, when, & with what" refuse and recyclables will be collected. Current locations for collection stations on base will accommodate 1 or 2 standard refuse dumpsters. Typically one dumpster has been labeled for "refuse" and one for "recyclables." 8) In paragraph 1.5.6.2. It states that multi-compartmental containers should be used. (It is up to the contractor to decide if he will use or not use multi-compartmental containers.) What size are the containers, when will these containers be collected (the contractor must submit a collection schedule for the contracting officer's approval. The schedule must adequately address volumes of refuse and recyclables to be collected on a weekly basis), how many containers are required (up to the contractor to decide on size of containers which will in turn determine how many containers are needed), and where will the containers be located? (up to the contractor to determine & obtain contracting officer's approval for location of collection stations.) GENERAL RESPONSE to questions above: For non-MFH areas, historically there have been approximately 150 dumpsters, 8 cu yds each placed at approximately 130 locations; collection schedule for 75% of these locations or collection stations have been serviced twice a week; 15% require 3 times per week, and the remaining 10% require weekly pick-up. For MFH areas, historically there have been two containers per MFH resident/unit; neither larger than 85 gallons; one designated for refuse and the other for recyclables. 9) In regard to the in-vessel composter: Who is responsible for the cost of maintaining the composter? The contractor will perform routine & scheduled maintenance checks. Cost of repairs will be paid by the Government provided the contractor obtained CO approval prior to initiating repairs. What is done with the compost from the composter? Contractor transports to Recycling Center for sale and/or re-use. How often is it emptied? Typically every other day. Are there scales provided to weigh in-put and out-put? No. What happens to the food waste if the composter is broken? Contractor requests CO approval to take to landfill while composter is being repaired. 10) In paragraph 1.10.2.1. It states the contractor shall provide a drum crusher. In the Appendix with Government Furnished Equipment the Government supplies one drum crusher. Can this Government provided drum crusher be utilized for this task or is the contractor required to buy an additional drum crusher? The gov-furniices that meet user?s needs including cost and schedule. Past and Present Performance Information is recent and relevant information regarding a Contractor?s actions under previously awarded contracts. Recent performance is defined as within the past three (3) years. Current performance will have a greater impact in the performance confidence assessment than less recent performance. The offeror?s Past and Present Performance will be evaluated to include: 1) the Contractor?s record of conforming to statement of works and the standards in the operation/management of REFUSE AND RECYCLING services, 2) the Contractor?s history of business relations and management of key personnel; 3) the Contractor?s environmental record; 4) the Contractor?s security record; and 5) the Contractor?s ability to perform quality service and minimize customer complaints. The offeror shall provide references from both Governmental (federal, state, and local) and non-Government sources related to Refuse and Recycling services. References should be similar in size and scope to this acquisition or greater to be considered applicable to the evaluation. Relevant information is defined as a contract for Refuse and Recycling services and waste. The offeror shall fully complete the Offeror?s Performance Information Form (Attachment 1) and send the Past Performance Information Form and Past Performance Questionnaire (Attachment 2) as required in the previous section. A maximum of ten completed questionnaires will be accepted and evaluated per offeror. Offerors will be given the opportunity to refute any adverse information provided in Past and Present Performance information research (if rebuttal information is not already provided on the form/survey). The offeror shall limit this rebuttal to addressing the specific negative comments. The offeror shall clearly distinguish between any rebuttal already provided on a form/survey versus those rebuttals provided for the purposes of this proposal. The offer may also address relevancy in accordance with FAR 15.306(a)(2). The Government may use Past and Present Performance information obtained from sources other than those identified by the offeror(s). Information obtained by this method will be used for both the responsibility determination and evaluation decision. In the case of an offeror without a record of relevant Past and Present Performance or for whom information on Past Performance is not available, the offeror will not be evaluated favorably or unfavorably on Past and Present Performance. Should offerors wish to provide information on problems encountered on the identified contracts and the corrective action taken, please submit such information with proposals as well in accordance with FAR 15.305(2). Past and Present Performance evaluation is accomplished through assignment of a confidence assessment rating based on assessing performance risk. The rating is as follows: Definition Rating Based on the offeror?s performance record, essentially no doubt exists that the offeror will successfully perform the required effort. EXCEPTIONALHigh Confidence Based on the offeror?s performance record, little doubt exists that the offeror will successfully perform the required effort. VERY GOODSignificant Confidence Based on the offeror?s performance record, some doubt exists that the offeror will successfully perform the required effort. SATISFACTORYConfidence No performance record is identifiable [see FAR 15.305(a)(2)(iii) and (iv)]. NEUTRALUnknown Confidence Based on the offeror?s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror?s existing processes may be necessary in order to achieve contract requirements. MARGINALLittle Confidence Based on the offeror?s performance record, extreme doubt exists that the offeror will successfully perform the required NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/7CONS/F41652-02-R-0020/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
Zip Code: 79607
 
Record
SN00181404-F 20021004/021002220647 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.