Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

99 -- Refuse Collection Services

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Clearwater National Forest, 12730 Highway 12, Orofino, ID, 83544
 
ZIP Code
83544
 
Solicitation Number
RFQ-R1-5-03-6
 
Response Due
12/4/2002
 
Archive Date
12/19/2002
 
Point of Contact
Terri Ott, Contract Specialist, Phone 208-476-8299, Fax 208-476-8288,
 
E-Mail Address
tlott@fs.fed.us
 
Description
RFQ-R1-5-03-6, Refuse Collection Services at Powell Ranger District. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. RESPONSES ARE DUE BY NOON ON DECEMBER 4, 2002 BY MAIL OR FAX TO NUMBER 208-476-8288. This is not set-aside for small business pursuant to the Small Business Competitiveness Demonstration Program. NAICS code 562111, size standard $10.5 million. FAR clauses and provisions 52.212-1 (Instructions to Offerors-Commercial Items), 52.212-3 (Offeror Representations and Certification-Commercial Items), 52.212-4 (Contract Terms and Conditions-Commercial Items), and 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items) apply to this acquisition and are incorporated by reference. The full text of these clauses may be accessed electronically at www.arnet.gov/far/. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. As a minimum, quotations submitted in response to this solicitation must include (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A narrative response to the evaluation criteria; (4) Price; and (5) A completed copy of the provision at 52.212-3. PRICE PER EACH COLLECTION OF REFUSE FROM EACH CONTAINER: $____________. Estimated number of collections by location for the initial contract period: Powell Complex 354 Total: Building No. 2206 (132 Each), Building No. 1013 (33 Each), Building No. 1335 (56 Each), Building No. 1062 (33 Each), Building No. 1006 (22 Each), Building No. 1064 (56 Each), Building No. 1359 (22 Each). Powell Campgrounds 228 Total: Colgate Licks (19 Each), Warm Springs Pack Bridge (19 Each), Wendover Campground, Loop A (19 Each), Wendover Campground, Loop B (19 Each), Whitehouse Campground (38 Each), Powell Campground, Loop A (19 Each), Powell Campground, Loop B (19 Each), Powell Campground, Loop C (19 Each), White Sand Campground (19 Each), DeVoto Cedar Grove Picnic Area (19 Each), Lolo Pass Visitor Center (19 Each). SCHEDULE OF COLLECTIONS It is estimated that refuse collections will be made at the Powell Complex once every two weeks from November through April and once per week from May through October, and at the Powell Campgrounds once per week through the summer, from Memorial Day through Labor Day. EVALUATION AND AWARD (a) 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 shall be used to evaluate offers: (1) Experience and Record of Past Performance - experience of the firm in similar kinds of work and geographical areas, and performance record for previous work; (2) Personnel - experience, technical competence, staffing, and ability to complete all work for the duration of the contract; (3) Technical Approach - approach to be used in performance and quality control procedures; (4) Price. Technical approach, past experience and performance and personnel, when combined, are of equal importance as price. SCOPE OF CONTRACT The services to be accomplished under this request for quotations are refuse collection services from containers located at Powell Ranger Station complex, 45 miles West of Lolo, MT (MM 161.5 off Highway 12) and at Powell Campgrounds. Services include furnishing all labor, supervision, transportation, and incidentals for collection, removal, and disposal of refuse in accordance with its specifications, terms and conditions. TYPES OF REFUSE 1. Garbage. The solid, semi-solid, and liquid waste produced in the preparation or dispensing of food. This includes such things as waste food, the non-edible portion of foodstuffs, food wrappings, and food containers. 2. Trash. Trash consists of unsalvageable material such as paper, wrappings, containers and cartons; also metal, glass, crockery, ashes and the like. 3. Debris. Debris is the refuse resulting from construction, maintenance, and repair work and includes such materials as grass cuttings, tree trimmings, stumps, street sweepings, and roofing and construction waste. GOVERNMENT-FURNISHED PROPERTY The Government will provide to the contractor the materials, supplies, equipment, property of services (hereinafter referred to as Government-Furnished Property) at a time and place listed below. The contractor shall be liable for all loss or damage of such delivered Government-Furnished Property until completion and final acceptance of work required under this contract. If the Government fails to make timely delivery of such Government-Furnished Property suitable for its intended use, and upon written request from the contractor, the Contracting Officer will make an equitable adjustment of contract delivery or performance dates, contract price, or both, pursuant to the Changes clause of the General Provision of this contract. The Government will furnish 1 1/2 cubic yard containers which are adaptable to fit most standard rear loader lift mechanisms (Heil, Leach, Gar, Wood, E-Z Pack and Pak Mar). The 1 1/2 cubic yard containers are equipped with lock down devices which the Contractor shall be required to relock after emptying containers. WORKMANSHIP All workmanship shall be first class and shall be subject to the inspection and approval of the Contracting Officer or their representative (C.O.R.). SAFETY, SANITATION, AND HEALTH STANDARDS It is the Contractors responsibility to abide by all posted speed limits. In recreation sites where the speed limit is not posted, 10 miles per hour shall be the maximum speed. Appropriate sanitation standards shall be observed by the Contractor to insure that the ultimate refuse disposal methods will not create a public nuisance or be hazardous to the health and welfare of the public. All sanitation and health laws, ordinances, or regulations which are imposed upon the Contractor by any municipal, county, State or Federal authority to govern the collection and disposal of refuse shall be recognized and observed while performing the services completed herein. CLEANUP The Contractor shall be responsible for the cleanup and removal of any refuse within 10 feet in all directions of the pickup site. CONTRACTOR EQUIPMENT The following equipment shall be furnished by the Contractor at no cost to the Government. 1. REFUSE CARRIERS The cargo area of all refuse carriers used by the Contractor shall be constructed in such a manner as to prevent the leaking of fluids and the loss of other contents from the carriers which the refuse materials are in transit. The refuse carriers shall be capable of handling and cleaning bulk containers. All washing facilities necessary to maintain the containers in a sanitary condition shall be incorporated into the carriers. Washing must be done so that all waste water is drained into the carrier. The Contractor shall keep containers clean, disinfect and deodorize containers are each pickup. QUALITY ASSURANCE SURVEILLANCE PLAN The Government quality assurance (QA) person will monitor performance through inspection and customer complaints. Work not performed adequately shall be performed again at no additional cost to the Government. The Contractors designated representative for quality control will be informed as soon as practicable, and shall act promptly to correct the deficiency. STANDARD All work shall be performed in accordance with specifications. Any failures in performance shall be corrected immediately upon notification. Payment for deficient work which cannot be corrected will be subject to an equitable adjustment in contract price. The work shall not interfere with Government business or work being done by other Contractors. PAYMENT All work must be completed on time and be accepted before payment will be made. Contractor shall prepare an invoice monthly and give it to the C.O.R. Payment will be made monthly at the contract price per month for services performed to standard. The monthly contract rate shall be prorated for services required for less than one month. Quality adjustments shall be made when work has not been performed according to contract and the Contractor did not or could not correct the situation. The adjustment will be determined by totalling work not performed during the payment period and comparing it to the total work scheduled to be performed. If this comparison results in greater than 10% of the work not performed, an equal adjustment will be made. LIABILITY The Forest Service does not carry nor is responsible for any injury to contractor. Contractors are deemed to be independent vendors and responsible for their own accident insurance. PRE-WORK CONFERENCE Prior to the start of work under this contract, a meeting will be held by the Contracting Officer and/or his/her authorized representative and the Contractor. The purpose of the Pre-Work conference will be: to discuss work methods and schedules; to thoroughly review the scope and terms of the contract; to review the responsibilities of the Contractor, Government and all individuals to be involved in the contract; to clarify work ordering and payment procedures; and to promote better understanding and cooperation between the Contractor and Government. CONTRACT TERM The initial contract period will be from Date of Award through September 30, 2003, approximately 10 months. The option periods shall be for one year each, from October 1 through September 30. OPTION TO EXTEND THE TERM OF THE CONTRACT (FAR 52.217-9)(MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years. ECONOMIC PRICE ADJUSTMENT (a) Contract unit prices will be adjusted annually, at the time of renewal to reflect increases or decreases in the cost of performance of the contract work. The method of adjustment shall be as follows: (1) Within 30 days after receipt of the Governments notice of intent to renew, the Contractor shall submit a request for adjustment along with supporting documentation of applicable changes in payroll costs. The percent of increase or decrease in these payroll costs, which are beyond the control of the Contractor, will be the basis for adjusting the unit prices. Changes in the wages and fringe benefits prescribed by the Services Contract Act Wage Determination, FICA, Workmans Compensation, unemployment insurance and other required payroll costs are examples of applicable costs. Wage Determination No. 1994-2159 shall apply to the initial contract period.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/0276/RFQ-R1-5-03-6/listing.html)
 
Place of Performance
Address: Powell Ranger District, Clearwater National Forest, 45 miles west of Lolo, MT on Highway 12
Zip Code: 59847
Country: USA
 
Record
SN00208711-F 20021122/021120220157 (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.