Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

S -- SOLID WASTE REMOVAL-USP CANAAN

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Otisville, PO Box 600 Two Mile Drive, Otisville, NY, 10963
 
ZIP Code
10963
 
Solicitation Number
21504-0011-5
 
Response Due
2/15/2005
 
Archive Date
6/30/2005
 
Description
The Federal Bureau of Prisons is issuing a Request for Quotation 21504-0011-5 for solid waste removal services at the United States Penitentiary Canaan, 2020 Canaan Road, Waymart, PA 18472. This is a combined synopsis/solicitation in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement. Quotations are being requested and further information will not be issued unless it is in the best interest of the government. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-27. This action is unrestricted. The North American Industrial Classification System Code is 562111 and the Small Business Size Standard is $10.5 million. The Government reserves the right to award without discussion, therefore, each initial quote should contain the offeror?s best price. The Government will make award based on past performance and price. For Past Performance, the quoter shall include a list of the ten most recent contracts occurring during the past three years. This list may include Federal Government, state agencies, local government agencies and commercial entities. General performance information will be obtained by the Government from these references. STATEMENT OF WORK The contractor shall remove and dispose of all solid waste from the penitentiary, camp and warehouse located at 2020 Canaan Road, Waymart, PA 18472, in accordance with all Federal, EPA, state and local waste removal and disposal laws. Two (2) self contained 30 yard compactors owned and maintained by the United States government will be located on site. The contractor will provide one (1) 30 cubic yard open top trash container to be located at the warehouse. Two self contained compactors shall be located at 2020 Canaan Road, Waymart, PA 18472. One self contained compactor with container shall be located at the Federal Prison Camp, and one will be located within the secure perimeter of the penitentiary. One (1) 30 yard open top trash container provided by the contractor shall be located at the warehouse. The removal/exchange (pull) of waste containers shall be accomplished on specified days and during specified times. The removal and exchange of the waste container from the camp shall be accomplished on Friday of each week. An empty waste container must be returned and attached to the compaction unit within two hours of the removal of the full container. The removal and exchange of the waste container from the warehouse shall be accomplished on Friday of each week. The removal/exchange of one (1) 30 yard waste container inside the secure perimeter of the penitentiary shall be performed on Tuesday and Friday each week between the hours of 3:00 a.m. and 5:00 a.m. The full container shall be pulled from the secure perimeter and located inside the rear sallyport (a secured area). The full container will remain within this secure area for a period of 24 hours. Once the full container has been secured in the rear sallyport a spare (empty) container located outside of the secure penitentiary shall be picked up and attached to the compaction unit inside of the penitentiary. All vehicles and personnel entering onto the grounds of the United States Penitentiary Canaan are subject to search. Contractor?s drivers are required to pass a security background check prior to entering the secure perimeter of the institution. Contractor?s drivers will provide to the United States Penitentiary Canaan representative all required information to allow completion of background check. Furthermore, all vehicles entering into the secure perimeter of the penitentiary will be searched both entering and leaving the secure perimeter. In the event of limited visibility during foul weather, waste removal/exchanges (pull) procedures may be delayed on institutional grounds. The removal/exchange (pull) of waste containers within the secure perimeter of the penitentiary will be delayed during times of limited visibility. Waste removal procedures will not commence within the secure perimeter of the penitentiary until good visibility has been restored. The contractor?s driver is responsible for loading, unloading, and necessary work required for the removal/exchange (pull) of any waste containers located at 2020 Canaan Rd., Waymart, PA 18421. It is the contractor?s responsibility to operate, haul and dispose all waste in accordance with all federal, state, and local municipality laws and regulations. All refuse removed from 2020 Canaan Rd., Waymart, PA 18472, will be directly hauled to a federal, state, and local municipality approved landfill. There are no salvage rights for the refuse. The contractor shall provide the U.S. Government?s COTR or representative with documentation that an approved landfill is being used for the disposal of all waste. The contractor shall advise the U.S. Government?s COTR or representative of any changes in the site where the waste is being disposed. Access to institutional grounds, and the secure perimeter of the penitentiary will be restricted during institutional emergencies. The contractor shall provide 24 hour means of contact with a specified representative from the company. This person will be contacted in the event of a problem associated with residual waste disposed at the landfill. Additional pulls may be requested for the penitentiary within the secure perimeter, camp and the warehouse on an as call basis. Any additional pull requests must be requested by the Contracting Officer or the COTR/government?s representative. SPECIAL CONTRACT CONDITIONS The Government contemplates award of an Indefinite Delivery/Requirements type contract with firm-fixed prices resulting from this solicitation. Period of performance will be from date of award, approximately March 1, 2005, through September 30, 2005. Quoted prices shall include all charges, pick-up, disposal, landfill fees, etc. Clause 52.222-42, Statement of Equivalent Wages for Federal Hires is in effect for this contract. Wage determination #1994-2453 revision #19 effective 07/22/2004 indicated a medium truckdriver minimum wage is to be $12.96 per hour. Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the Bureau of Prisons. The services shall not constitute an employer/employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a specific task. Results to be obtained are within the Contractor?s own unsupervised determination. The Contractor will not be subject to Government supervision but its efforts will be monitored for quality assurance. The Contracting Officer or designee is authorized to review by on-site survey, review of records or by any other reasonable manner, the quality of services rendered under this contract. All records shall be subject to review by the Contracting Officer or other representative of the Bureau of Prisons. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or appropriate. Such determinations may be made by the Contracting Officer or their COTR, whichever is appropriate. SCHEDULE OF REQUIRED INSURANCE As required by FAR clauses 52.228-5 entitled ?Insurance-Work on a Government Installation,? the contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed below: Workers Compensation & Employees Liability: $100,000. The required worker compensation insurance shall extend to cover employer?s liability for accidental bodily injury or death and for occupational diseases with a minimum liability of $100,000. Comprehensive General Liability: $500,000 per accident or occurrence for bodily injury. This insurance shall include contractor?s protective and liability. Automobile Liability: $200,000 per person; $500,000 per occurrence for bodily injury; and $20,000 per occurrence for property damage. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required coverage shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective (1) for such period as the laws of the state in which this contract is performed, or (2) until 30 days after insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer. CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS The employees of the contractor entering the institution shall meet certain security requirements to receive an institutional pass as required by Bureau of Prisons Program Statement 3000.02 dated November 1, 1993. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. The program manager at the USP is responsible for conducting the appropriate vouchering, law enforcement checks, and ensuring that fingerprinting is completed on all Contractor staff that may need access inside the confines of the secure perimeter. The personnel department will establish a security file that will be maintained on each of the contractor?s employees from the beginning of the contract through its duration. The following investigative procedures will be performed: National Crime Information Center (NCIC) check; DOJ-99 (name check); FD-258 (fingerprint check); Law Enforcement Agency checks; Vouchering of Employers; Resume/Personal Qualifications; Completed Contractor Pre-Employment Form; OPM-329-A (Authority for Release of Information); National Agency Check and Inquiries (NACI) check (if applicable); and Urinalysis Test (for the detection of marijuana and other drug usage). By submitting a proposal, the contractor and it?s employees agree to complete the required documents and undergo the listed procedures. An individual who does not pass the security clearances will be unable to perform services under the contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the USP. Any individual employed by the Contractor deemed not suitable by the Bureau of Prisons requirements will not be granted access to perform services under this contract. This is a condition of the contract. The Contractor must be in compliance with Department of Justice regulations at 8 CFR 274a regarding the employment of aliens. A copy of this directive is available upon the Contractor?s request. Contractor employees will be allowed access to the institution ast the sole discretion of the Chief Execute Officer (CEO-Warden). Any individual performing under this contract may be removed if it becomes apparent that his/her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. CONTRACT PROVISIONS AND CLAUSES Vendors may download FAR provisions and clauses at the following Internet address: http://arnet.gov. Instructions for registration in the Central Contractor Registration Database (CCR) can be found at www.ccr.gov. Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. This provision is available to the offeror online at http://www.arnet.gov/far. The following Provisions and Clauses apply to this acquisition: 52.252-2 - Clauses Incorporated by Reference 52.212-1 - Instructions to Offerors-Commercial Items 52.212-4 -Contract Terms and Conditions - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.216-18 - Ordering 52.216-19 - Order Limitations 52.216-21 - Requirements 52.222-3 - Convict Labor 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veteramns 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-41 - Service Contract Act of 1965, as Amended 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registratiom 52.228-5 - Insurance Work on a Government Installation 52.237-2 - Protection of Government Buildings, Equipment and Vegetation JAR 2852.201-70 - Contracting Officer?s Technical Representative JAR 2852.223-70 - Unsafe Conditions Due to the Presence of Hazardous Material JAR 2852.233-70 - Protests Filed Directly with the Department of Justice DOJ Contractor Residency Requirement BOP Clause: For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (US); 2. worked for the US overseas in a Federal or Military capacity; or 3. been a citizen, they must be from a country allied with the US The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document or by commencing performance, the contractor agrees to this restriction. SUBMISSION OF QUOTATIONS: Vendors shall submit a pricing schedule to include: price per haul from the penitentiary - estimated number 75, price per ton - estimated at 800 tons, price per haul from the camp - estimated number 40, price per ton - estimated at 40 tons, and price per haul from the warehouse - estimated number 45, price per tom - estimated at 45 tons. They shall also include a copy of the Offerors Representations and Certifications as required above and the Past Performance information. Offers must be received at the Federal Correctional Institution, P.O. Box 600, Two Mile Drive, Otisville, NY 10963, ATTN: B. Weissinger, Supervisory Contract Specialist no later than 2:00 p.m. on Tuesday, February 15, 2005. Offers may be FAXed to 845-386-5055 or e-mailed to bweissinger@bop.gov.
 
Place of Performance
Address: UNITED STATES PENITENTIARY - CANAAN, 2020 CANAAN ROAD, WAYMART, PA 18472
Zip Code: 18472
Country: US
 
Record
SN00738896-W 20050126/050124211653 (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.