Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
MODIFICATION

S -- Refuse-Recycling Collection Services

Notice Date
4/2/2004
 
Notice Type
Modification
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 934 CONF/LGC, 760 Military Hwy, Minneapolis ARS, MN, 55450-2100
 
ZIP Code
55450-2100
 
Solicitation Number
FA6633-04-Q0002
 
Response Due
4/16/2004
 
Archive Date
5/1/2004
 
Point of Contact
Cindy Murry, Senior Contract Specialist, Phone (612) 713-1427, Fax (612) 713-1425,
 
E-Mail Address
cynthiaA.murry@minneapolis.af.mil
 
Description
DESCRIPTION: 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. I. The solicitation number is: FA6633-04-Q0002 and is issued as a Request for Quotation. II. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21, 26 March 2004. III. This acquisition is pursuant to FAR 19.10, Small Business Competitiveness Demonstration Program, therefore will be solicited on an unrestricted basis. The North American Industry Classification System (NAICS) is 562111 (Solid Waste Collection) and the small business size standard is $10.5 Million. IV. Performance period to be One Basic Year (01 May 2004 thru 31 April 2005) with Two Option Year Periods (01 May 2005 thru 31 Apr 2006, and 01 May 2006 thru 31 Apr 2007). Furnish all labor, equipment, management, supervision, personnel, containers and all other necessary materials to provide Solid Waste and Recycling Collection & Disposal for the 934th Airlift Wing, Air Force Reserve (AFRC) Minneapolis ARS (Area N), and in three other areas adjacent to the Minneapolis-St Paul International Airport (a map can be obtained by request showing location areas N, D, A and B). Work shall include, but not be limited to, solid waste collection, recyclable paper-cardboard-sawdust collection, co-mingled recyclable collection and disposal services as follows: 0001-Solid Waste. Minimum requirements are to provide containers and facilitate the efficient removal from approx. 25 buildings, at least three of which are in separate geographical locations surrounding the Minneapolis-St Paul IAP, see collection schedule. Current estimated total monthly quantity: 24 tons-month (3 year avg. is approx. 36.45-ton-mo) Bid either: Total per month,or Annual Cost this line item for the basic year, and two option years 0002-Paper-Cardboard-Sawdust Recyclables. Provide sufficient containers, capacity and collection frequency to facilitate the efficient removal of mixed paper, and cardboard from approximately 25 buildings, at least one of which is geographically separate from the installation, see collection schedule. Current estimated total monthly quantity: 7 tons-month (3 year avg. is approx. 12.54-ton-mo) Bid either Total per month,or Annual Cost this line item for the basic year, and two option years. 0003 - Co-Mingled Recyclables (aluminum, glass, plastic). Minimum requirements are: Provide sufficient containers, capacity and collection frequency to facilitate the efficient removal of co-mingled cans and bottles from approximately 15 buildings, at least one which of which is geographically separate from the installation, see collection schedule. Current estimated total monthly quantity: 4 tons-month (3 year avg. is approx. 3.125 ton-mo) Bid either Total per month, or Annual Cost this line item for the basic year, and two option years. 0004–Weight reports. Awarded contractor shall be responsible for submitting accurate weight reports-receipts for all solid waste and recyclable materials for each station, and the monthly totals submitted to the contracting officer for quantity tracking purposes. Provide proposed method of quantity tracking in your technical capability statement (truck mounted weight scales are preferred). V. A definitive collection schedule with exact current locations and desired pick up frequencies will be provided upon request. All containers shall be leak proof, be serviceable, have lids, and have an acceptable painted exterior surface marked with it’s intended content. If containers are wheeled, wheels must be lockable. All Containers shall be cleaned, or replaced with clean containers at least annually with the exception of two (2) stations (where food is utilized), which are to be cleaned or replaced monthly. Any containers identified as being contaminated upon pickup by the refuse driver will be identified to the Contracting Officer for a mutual resolution. Installation Security is enforced, therefore a list of all refuse and recycle truck drivers (as well as any other contractor personnel requiring access) containing all drivers names and valid drivers license numbers must be provided for access, and remain updated. In the event of unexpected world events, increased security requirements may be incorporated such as (but not limited to), trucks arriving at the installation empty for screening purposes, restricted access to the installation or specific locations, incorporating escorts for drivers during their routes, delays in allowing access, etc. The contractor may be requested to move any or all containers at no additional cost to the government, with prior notification by the government and on normal service days. Offerors: Please ensure you submit pricing for the option years as well as the basic year. Work shall be the same as the basic year, but for the option periods identified above, which may incorporate increases in wage rates or changes due to security purposes. In the event of any requested work outside the scope of the contract, costs shall be negotiated on an as needed basis and mutually agreed between the government and the contractor and potentially paid via a government credit card. Contractor shall include all applicable environmental, land, dumping, and use fees or other miscellaneous charges in their cost proposal. The U.S. Government is tax exempt. VI. Services shall be performed at the 934th Airlift Wing, Minneapolis-St. Paul ARS, Minneapolis MN in three locations. Provisions 52.212-1, Instructions to Offerors – Commercial Items is applicable. 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: (a) Technical capability of services offered to meet Government requirements, to include weight reporting methodology, and past performance, and; (b) cost or price. Technical capability and past performance, when combined, are approximately equal to cost or price. The government will evaluate offers for award purposes by adding the total price of the options to the total contract price for the basic requirement, and evaluate all capability statements and-or past performance information offered by contractors. Offerors must meet or exceed all Federal, State, local and environmental laws of Minnesota. The government may determine that an offer is unacceptable if the option price is significantly unbalanced or offer does not meet all requested proposal criteria. Evaluation of options shall not obligate the government to exercise the option. VII. Offerors must submit a completed copy of provision 52.212-3, Offeror Representations and Certifications – Commercial Items with its proposal as well as past performance and capability information, and proposed prices for all 3 years. Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, DFARS Clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and 252-204-7004, Required Central Contractor Registration (register at http://www.ccr.gov), are applicable to this acquisition as well as other minor clauses (complete list provided upon request). In addition, Clauses 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, and 52.232-19, Availability of Funds for the Next Fiscal Year, apply to this acquisition. The Service Contract Act of 1965, as amended, applies. Wage Determination 94-2287, Revision 25, dated 24 Sep 2003 for Hennepin County MN will be incorporated into resultant contract and updated as necessary upon exercising of option years. All other Clauses and Provisions that may be applicable can be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far VIII. A Firm Fixed-Price contract will be awarded. Signed and dated offers must be submitted to Operational Contracting Office, 934 CONF-LGC, 760 Military Hwy, Minneapolis, MN 55450-2100, ATTN: Cindy Murry on or before 2:00p.m, 16 April 2004. Contact Cindy Murry, 612-713-1427; fax 612-713-1425, or email: CynthiaA.Murry@Minneapolis.af.mil for any further information or assistance. Facsimile offers are acceptable to 612-713-1425. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFRC/934LSSLGC/FA6633-04-Q0002/listing.html)
 
Place of Performance
Address: 934th Airlift Wing 760 Military Hwy, Areas N, D, A and B Minneapolis MN 55450-2100
Zip Code: 55450-2100
Country: USA
 
Record
SN00559644-F 20040404/040402215632 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.