Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

S -- Solid Waste Removal & Rental Services - MCC New York, NY

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ21451-0030-5
 
Response Due
7/22/2005
 
Archive Date
2/4/2006
 
Description
The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX intends to make a single award for the provision of waste removal and disposal services for the Bureau of Prisons (BOP), New York Metropolitan Correctional Center (MCC), located at 150 Park Row in Downtown Manhattan, New York, New York. The North American Industry Classification System (NAICS) Code is 562111 (Size Standard: $10.5 million). The contract prices shall include all rental, installation, handling, maintenance, transfer fees, dumping charges, landfill fees and any other related fees associated with the performance of this contract. The contractor shall provide all services, including disposal of trash/waste, in accordance with the terms and conditions of this contract, Federal, State, City and local laws, codes and regulations. The contractor shall dispose of all trash/waste in a Class I Disposal Facility. This refers to a sanitary landfill which serves a municipal, institutional, and /or rural population and is used, or to be used, for disposal of domestic wastes, commercial wasted, institutional wastes, municipal wastes, demolition/construction wastes, farming wastes, discarded automobile tires and dead animals. All licenses, permits, and fees related to the trash/refuse removal shall be the responsibility of the contractor. The contractor shall pick-up and replace the Government-owned compactor twice weekly on Sundays and Thursdays between 12:01a.m. and 5.00 a.m. with an estimated 105 pulls a year. The Contractor-provided trash container will required as estimated 12 pulls per year. The Government-owned compactor is a 38.0 cubic yard capacity heavy duty industrial type OCTAMAG II self-contained compactor/container. It was initially installed in August 2004 by McClain Industries, Inc.. It has a 10 Horsepower, three-phase control panel, pick-up hooks at both ends, full door seal, two (2) four inch cylinders with a thirty-two (32) inch stroke, and eight inch hydraulic hoses. The hydraulic disconnect is on the compactor?s right side. The Contractor-provided trash container shall be 30 yard capacity open top container for the disposal of commercial boxes, construction material and trash. The capacity of the open top container is at the discretion of the Government. Unless otherwise specified in this contract, title to the contractor-owned waste removal equipment and equipment component shall remain with the contractor. The Government reserves the right to determine, at any time, if the Contractor-provided trash container is no longer required. The Government contemplates awarding of an indefinite-delivery, requirements-type contracts with firm-fixed unit prices resulting from the future solicitation. The contract period shall consist of a 12 month base period with four-12 month option periods for renewal. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. The solicitation will be available on/about June 20, 2005 and will be distributed solely through this website. Hard copies of the solicitation will not be available. The website provides downloading instructions to obtain all documents relating to this solicitation. All future information concerning this acquisition, including the solicitation and any subsequent amendments, will be distributed through the website. Interested parties are responsible for monitoring the website to ensure they have the most up-to-date information about the acquisition. The date for receipt of quotations is on/about July 22, 2005; however, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. This solicitation is a full and open competitive procurement. All responsible small business concerns are encouraged to submit a quotation which may be considered.
 
Place of Performance
Address: MCC New York, 150 Park Row, New York, NY
Zip Code: 10007
Country: United States
 
Record
SN00835183-W 20050625/050623220647 (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.