Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2004 FBO #1090
SOLICITATION NOTICE

99 -- FOREST GARBAGE COLLECTION SERVICES

Notice Date
11/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Southern California Province, Angeles N.F., 701 N. Santa Anita Ave., Arcadia, CA, 91006
 
ZIP Code
91006
 
Solicitation Number
53-91T5-5-IA013
 
Response Due
11/29/2004
 
Archive Date
5/30/2005
 
Description
The Forest Garbage Collection Services Project is advertised as a combined synopsis/solicitation. This announcement constitutes the only solicitation that will be offered. Work will commence upon award with the performance period from 12/1/04 thru 5/31/05. The contract time being greater than 6 months and less than 12 months. The services will be performed on various locations on the Angeles National Forest in the L.A. River Ranger District. NAICS code: 562111 Size Standard $10.5 million. Quotations are due by 4:00 PM November 29, 2004. In order to be considered contractors must be registered in Central Contractors Registration (CCR). Registration may be performed online at http://ccr.gov. Quotations must be signed and include taxpayer identification number. Offers are to be submitted to the following address: USDA Forest Service, Angeles National Forest, Attn: Acquistions Unit, 701 N. Santa Anita Avenue, Arcadia, CA 91006. Faxes are not acceptable. Applicable FAR clauses for incorporated by reference. 52.212-1, Instructions to Offerors?Commercial Items. 52.212-3, Offeror Representations and Certifications?Commercial Items. 52-212-4, Contract Terms and Conditions?Commercial Items. 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.212.2 Evaluation-Commercial Items. As prescribed in 12:301 (c), the Contracting Officer may insert a provision substantially as follows: EVALUATION?COM MERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offerors 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price: (iii) past performance (see FAR 15.304;) Technical and past performance, when combined are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror with the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision). Referenced FAR clauses can be accessed for review in the Internet at http://arnet.gov/far. PART I ? THE SCHEDULE SECTION B ? SUPPLIES OR SERVICES AND PRICES/COSTS Item No. Description Estimated Quantity Unit of Issue Unit Price Amount Furnish Garbage Collection Services in accordance with the attached specifications, terms and conditions. December 1, 2004 thru May 31, 2005 Per Bin Per Container $ 1a. Chantry Flat Admin Sites (4 Bins) 26 Pickups b. Arroyo Seco Residences (2 Bins) 26 Pickups 2a. Angeles Crest Station (2 Bins) 26 Pickups b. Clear Creek Station (2 Bins) 26 Pickups c. Clear Creek Visitor Info Station (1 Bin) 26 Pickups d. Redbox Station (2 Bins) 26 Pickups e. Charlton Picnic Area *(4 Bins) -0- Pickups f. Chilao Admin. Site (3 Bins) 26 Pickups Chilao ? Little Pines Cmpgrd *(5 Bins) 8 Pickups Chilao ? Manzanita Cmpgrd *(4 Bins) 8 Pickups Chilao ? Picnic Area *(2 Bins) 8 Pickups Coulter Group Site * (1 Bin) 8 Pickups g. Three Points Trailhead (1 Bin) 8 Pickups h. Buckhorn Turnout* (1 Bin) 8 Pickups Buckhorn Cmpgrd *(6 Bins) 8 Pickups Bandido Group *(2 Bins) 8 Pickups Horse Flats Cmpgrd *(6 Bins) 8 Pickups 3a. Shortcut Station** (1 Bin) 4 Pickups b. Mill Creek Station (3 Bins) 26 Pickups c. Monte Cristo Station (3 Bins) 26 Pickups Monte Cristo Cmpgrd (1 Bin) 26 Pickups Hidden Springs (1 Bin) 26 Pickups 4a. Big Tujunga Station (3 Bins) 26 Pickups Stonyvale Picnic Area (1 Bin) 26 Pickups b. Wildwood Picnic Area (2 Bins) 1 bin 8 Pickups c. Little Tujunga Station (6 Bins) 2 bins 26 Pickups d. Live Oak Turnout (1 Bin) 26 Pickups Bear Divide Station (2 Bins) 26 Pickups TOTAL $ *Service from April 1 thru May 30 ** Service from May 1 thru 30 SECTION C ? DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Scope of Contract The Contractor shall provide labor, materials, equipment, transportation and supervision necessary to complete the project. Project Location Contract provides for commercial type refuse and debris collection on the Angeles National Forest and surrounding areas of the Los Angeles River Ranger District located in Los Angeles County. Sites listed on Schedule B. Requirements Before works starts, and preferably at the time of pre-work conference, the Contractor shall designate in writing the scope authority of a person to act for him during his absence. Price Range The Government?s estimate is: between $25,000 and $100,000. Worker's Compensation Insurance The Contractor shall provide evidence of Worker's Compensation Insurance or a written explanation as to why the Contractor is exempt from the requirement. C.2. TECHNICAL SPECIFICATIONS C.2.1 Equipment Specifications Equipment used for contract must be able to perform during the winter and should be equipped for hauling over mountain roads in all weather conditions at high elevations, rain, ice and snow covered roads. This includes carrying snow tire chains. C.2.1.1. Refuse Bins The refuse bins shall include the minimum specifications: 1. Constructed of metal with metal lids. 2. Capacity of 3 cubic yards 3. Watertight 4. Bear Proof 5. Green or brown in color, freshly painted upon delivery 6. Properly signed for safe use in two visible areas on each bin 7. Ability to lock bins with master lock if unauthorized use occurs locks to be furnished by Forest Service with keys to Contactor. C.2.2. Refuse Collection C.2.2.1 Scheduled Refuse Collection The bins will be picked up once per week between Mon ? Wed. A pick up shall constitute the emptying and disposing of refuse and debris in all the Bins in areas stated in the Schedule of Items, One Time. The Contractor will also be responsible for the picking up and disposal of all refuse and debris three inches and larger within a 10-foot radius around each bin at time of pick-up. C2.2.2 Unscheduled Refuse Collection Additional pickups will be ordered by the C.O.R. 24 hours in advance of when the additional collective services will be needed. In times of emergencies, such as fire and floods, the C.O.R. will notify the contractor of a needed additional pickup with a 48-hour pickup window. C.2.2.3 Extra Bins Changes in the number or size of bins will be accomplished under the Changes Clause (Section I, 52.243-04) with a written Contract Modification on Standard Form 30. The ?Variation in Estimated Quantity? Clause (Section F, 52-212-11) refers to the number of pickups. C.2.3 Cleaning and Maintenance of Contractor?s Refuse Bins The Contractor shall keep the refuse bins in a clean appearing manner, sanitary, and free of obnoxious and offensive odors associated with unclean refuse bins. No cleaning with liquid solutions shall be allowed in the Campground or Picnic areas. Bins shall be delivered clean. The Contractor shall be required to repair and/or replace all bins and lids that may be damaged during the term of this contract. C.2.4 Placement of Refuse Bins The refuse bins provided by the Contractor shall be placed in an acceptable location for truck pickup. The exact locations shall be designated by the Forest Service. Contractor shall consult with the Forest Service prior to placing of bins. Upon mutual agreement between the Forest Service and Contractor, the location of bins can be changed during the term of the contract. C.2.5 Inaccessible Refuse Bins It will be the responsibility of the Forest Service to maintain accessibility to all bins noted in the Schedule of Items. In the event of inaccessibility to any bins due to any interference, the Forest Service will notify the Contractor 24 hours in advance for non-pickup of specified bins. If the Forest Service fails to give the Contractor a 24-hour notice of such inaccessibility, the Contractor shall be paid for the first attempted pickup. The Contracting Officer?s Representative (COR) shall be notified by the Contractor of any reason for any non-pickup within 24 hours. C.2.6 Dumping C.2.6.1 Selection of Dump The selection of the dump is the responsibility of the Contractor. C.2.6.2 Fees All dumping fees shall be at Contractor?s expense.
 
Place of Performance
Address: Los Angeles River Ranger District, 12371 N. Little Tujunga Canyon Road, San Fernando, CA,
Zip Code: 91342
Country: USA
 
Record
SN00710058-W 20041120/041118211810 (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.