Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2003 FBO #0622
SOLICITATION NOTICE

S -- Garbage Collection Services

Notice Date
8/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, Monongahela National Forest 200 Sycamore Street, Elkins, WV, 26241
 
ZIP Code
26241
 
Solicitation Number
RFQ-32-08-03
 
Response Due
9/12/2003
 
Archive Date
9/27/2003
 
Point of Contact
Gloria Morris, Purchasing Agent , Phone 540-265-5113, Fax 540-265-5145, - Sandra Myers, Procurement Technician, Phone 540-265-5112, Fax 540-265-5145,
 
E-Mail Address
gdmorris@fs.fed.us, ssmyers@fs.fed.us
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ-32-08-03. It is anticipated the requirement will not exceed the Simplified Acquisition Threshold. The requirement is for a fixed priced contract. The solicitation is issued as a Request for Quotation (RFQ) for collection and disposal of garbage and trash at Trout Pond Recreation Area located on the George Washington and Jefferson National Forests, Lee Ranger District, Hardy County, West Virginia. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2003-15. The associated NAICS code is 562111. The small business size standard is $10.5 million. This procurement is being set aside for an emerging small business. The solicitation is for one base period and two, one-year options. DESCRIPTION OF REQUIREMENT: Please state your price per pick-up for base year beginning October 1, 2003 and ending September 30, 2004, Option Year 1 for period beginning October 1, 2004 and ending September 30, 2005 and Option Year 2 for period beginning October 1, 2005 and ending September 30, 2006. Contractor shall furnish all dumpster units, labor and equipment necessary to collect and dispose of all garbage and trash placed for pickup by the Government. Equipment shall include a truck capable of hauling wet and dry garbage and trash in such a manner that the load will not spill out or blow out during transportation. COLLECTION: Base year Contractor will furnish and service one 8-cubic yard dumpster once weekly on Mondays for periods 10/6/03-12/1/03, 4/5/04-5/10/04 and 9/6/04-9/27/04. This will be a total of 19 pickups. Contractor will furnish and service one 8-cubic yard and one 4-cubic yard dumpster once weekly on Mondays for period 5/17/04-8/30/04. This will be a total of 16 pickups. Option year 1 Contractor will furnish and service one 8-cubic yard dumpster once weekly on Mondays for periods 10/4/04-11/29/04, 4/4/05-5/9/05 and 9/5/05-9/26/05. This will be a total of 19 pickups. Contractor will furnish and service one 8-cubic yard and one 4-cubic yard dumpster once weekly on Mondays for period 5/16/05-8/29/05. This will be a total of 16 pickups. Option year 2 Contractor will furnish and service one 8-cubic yard dumpster once weekly on Mondays for periods 10/3/05-11/28/05, 4/3/06-5/8/06 and 9/4/06-9/25/06. This will be a total of 19 pickups. Contractor will furnish and service one 8-cubic yard and one 4-cubic yard dumpster once weekly on Mondays for period 5/15/06-8/28/06. This will be a total of 16 pickups. Also furnish a price for an estimated five additional pickups throughout each of the option periods. Should a holiday fall on this day, the collection will be made on the next day. Any garbage and trash spilled by the Contractor must be picked up and placed in the haul truck prior to returning containers to pickup location. Contractor shall avoid spilling wet garbage which causes health hazard. DISPOSAL: Contractor shall haul away and dispose of solid waste in a State-approved Sanitary Landfill. Upon request from the Contracting Officer, the Contractor shall provide written certifications that the sanitary landfill to be used is approved by the Bureau of Solid Waste and Vector Control, Division of Engineering, Virginia State Health Department. Disposal fees for the use of the sanitary landfills, if any, shall be born by the Contractor; however, in the event that tipping fees are increased by landfills without vendor’s foreknowledge at time contract was issued, the contract will be amended to reflect the increase in exact amount of tipping fees. Any garbage leaks or trash scattered during the haul by the Contractor must be immediately cleaned up so as not to cause a public nuisance by littering roads, highways, or other areas. Prior to award the Contractor agrees to furnish a certificate from an animal disease-eradication branch representative of the Department of Agriculture that they possess adequate and approved garbage sterilization equipment. In the event of an acceptance of the certificate by the Government the Contractor warrants that all garbage received under the contract will be sterilized not less than 30 minutes at 212 degrees F. before being fed to swine. The Contractor shall apply for and obtain from the Hardy County, West Virginia, a permit to operate a waste collection service or waste disposal system, or both, if required. Evidence of obtaining said permit(s) is to be furnished to the Contracting Officer upon request. Contractor will provide it’s own insurance and benefits. PROVISIONS AND CLAUSES: The following provisions and clauses apply: 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation’s criteria for price, experience and past performance. Offeror will provide documentation of qualifications and experience with solicitation package, 52.212-3, Offeror Representations and Certifications-Commercial Items (MUST BE RETURNED WITH SOLICITATION PACKAGE), and 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items, applies with the following applicable clauses for paragraph (b): 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration, 52.222-41, Service Contract Act of 1965, (Department of Labor Wage Determination #1994-2573, Rev 20, dated 5/30/2003 is applicable) and 52.222-42, Statement of Equivalent Rates for Federal Hires, (fill-in information WG-6, $14.78). The below additional contract requirement(s) or terms and conditions apply: 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, fill in information, (within 60 days of the end of the performance period), and 52.217-9, Option to Extend the Term of the Contract, (fill in information 30 days prior to expiration of the contract), (60 days before the contract expires), and (exercise of any options under this clause, shall not exceed three years), and 52.219-20, Notice of Emerging Small Business Set-Aside. The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form; etc) but must include the following information: Company’s complete mailing and remittance addresses, discounts for prompt payment, if any, Dun & Bradstreet number and Taxpayer ID number. Quotes are due by 4:30 pm, September 12, 2003 to Gloria D. Morris, USDA Forest Service, 5162 Valleypointe Parkway, Roanoke, Virginia 24019.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/3434/RFQ-32-08-03/listing.html)
 
Place of Performance
Address: George Washington & Jefferson National Forests, Lee Ranger District, 109 Molineu Road, Edinburg, Virginia
Zip Code: 22824
 
Record
SN00398182-F 20030813/030811223129 (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.