Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2005 FBO #1482
SOLICITATION NOTICE

S -- Waste Service Pickup

Notice Date
12/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
Reference-Number-APVSERFL1-0006-6
 
Response Due
1/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a purchase order. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Veterinary Services (VS), Animal Import/Export quarantine facility in Miami, Florida. (iv) The reference number for this effort is APVSERFL1-0006-6 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ This requirement is a 100% set aside for small business. The NAICS code is 562111 with a small business size standard of 10.5 million dollars, or less. (vi) REQUIREMENT AND QUANTITIES: This requirement consists of one line item, CLIN 01 ? Waste service pickup providing two (2) 20 yard leak proof open containers available on a daily basis. The number of containers can increase up to 7 or 8 per week depending on the activity in the barn facility; therefore, the contractor must be able to provide up to 7 or 8 containers weekly on a continual basis to meet the influx of animals in the barn during the busy months. This increased activity will probably occur from December ? February. The facility will call 24 hours in advance for pickup of the containers and the contractor must have the capacity to pickup the containers with a 24 hour notice. We anticipate approximately two (2) 20 yard container pickups per week, however, this could increase to daily pickups during the busy months as indicated above. Contents of the waste will include regular trash and horse bedding (wood shavings) with manure. (vii) Deliverables and acceptance of deliverables will be FOB destination, at USDA, APHIS, VS, Animal Import/Export Center ? located at 6300 NW 36th Street, Miami, Florida 33122. (viii) The PERIOD OF PERFORMANCE for this purchase order will be from February 1, 2006 or date of award whichever is later, through 12 months, with the option to extend the purchase order for one additional year. (ix) TECHNICAL SPECIFICATIONS: Each container must be a 20 yard open, leak proof container capable of holding the waste for regular trash and horse bedding which consists of wood shavings with manure. The contractor for this requirement must have a valid Miami Dade General Hauler permit issued by the Miami Dade County Department of Solid Waste to pickup at this facility. When submitting their quote the contractor must certify that they have this permit by submitting proof of this permit with their quote. (x) DELIVERY AND PICKUP OF CONTAINERS will be made between the hours of 7:30 a.m. ? 11:30 a.m. and 12:30 p.m. - 3:30 p.m., Monday through Friday, excluding Federal holidays. No pickups can be done on Saturday or Sunday. When the Contractor?s vehicle arrives at the Miami Import/Export Center for pickup, the contractor is required to drive through the gate and go to the back of the building. The driver will need to open the sliding gate, drive in and immediately close the gate. When the contractor empties the container they will open the sliding gate and make sure that it is closed on their way out. All pickups need to include a service ticket, and one of the USDA, APHIS,VS, Miami Import/Export Center personnel or the security guard must sign for receipt of delivery on the service ticket prior to the contractor pickup personnel departing the facility. We cannot verify the invoice for payment without the required signature. (xi) GOVERNMENT ROLES AND RESPONSIBILITIES: The Animal Import/Export Center shall designate a representative(s) to coordinate the pickups of waste for this purchase order. (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The following factors shall be used to evaluate offers: Technical capability, past performance, and price. Technical capability and past performance are significantly more important than price. The following factors listed will be evaluated to determine the technical capability: Contractors ability to: provide the requested number of containers on a daily basis and the number needed to meet the increased activity; provide the number of required pickups per week; provide the type of containers requested; pickup with a 24 hour notice; contractor meets permitting requirements; and past experience with large scale projects, jobs and contracts of a similar scale. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm?s record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. Offerors with no past performance will be rated neutral. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled 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; 52.225-1 Buy American Act; 52.225-3 Buy American Certificate-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov.; 52.222-41 Service Contract Act. The Department of Labor wage determination 94-2120, Revision 22, 05/23/2005, applies to this requirement. You may obtain the wage determination by visiting the following website: http://www.wdol.gov/sca.aspx#0 Reference the wage for the occupation code 11300 ? Refuse Collector. 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (xvii) The clause at 52.217-5 Evaluation of Options applies to this acquisition. (xviii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:30 PM CST, January 4, 2006. Faxed quotes are acceptable. (xix) The assigned Contract Specialist is Ms. Corinne Nygren. Ms. Nygren may be reached at corinne.m.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 370-2106. (xx) For the purpose of standardization, interested parties must submit the information requested in this document with their quotation to have a complete quotation package. A COMPLETE QUOTATION PACKAGE WILL CONSIST OF THE FOLLOWING: 1) Price for CLIN 01. THE OFFER MUST STATE THEIR PRICE INCLUSIVE OF ALL FEES FOR THE BASE PERIOD WHICH IS DATE OF AWARD THROUGH 12 MONTHS AND OPTION PERIOD ONE, WHICH WOULD BEGIN 12 MONTHS AFTER DATE OF AWARD. The price must be an all inclusive price and include all fees such as disposal or hauling etc. 2) Signature of the offeror on the page that lists the price. 3) A detailed narrative addressing how your companys? services meet the technical capability criteria as listed above in the provision at 52.212-2 Evaluation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in (xiii), provision 52.212-2. 5) Completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: 6300 NW 36th Street, Miami, FL
Zip Code: 33122
Country: United States
 
Record
SN00952741-W 20051217/051215211931 (fbodaily.com)
 
Source
FedBizOpps 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.