Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

S -- Collection of Solid Waste and Recyclable Materials at Fort Leavenworth, Kansas.

Notice Date
2/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-06-R-0017
 
Response Due
2/17/2006
 
Archive Date
4/18/2006
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION. This acquisition is for commercial items or services. The contractor shall furnish all labor, equipment, and supplies according to the Request for Proposal. Fort Leavenworth requests a proposal for the collection of both residential an d commercial solid waste and recyclable materials for the installation. Fort Leavenworth currently provides all waste and recyclable collection in house. A 5-year history of the tonnage of collected solid waste and recyclable materials will be attached t o the solicitation. This proposal will provide a 1-year contract with 4 years of options which will subsequently be awarded yearly based upon the contractors performance from the previous year. Prices submitted will be used for the duration of the contr act. All containers required to fulfill the contract shall be supplied by the contractor and they shall be maintained and replaced as required. RESIDENTIAL SOLID WASTE COLLECTION. All residential solid waste shall be collected once a week on a weekly basis. The residential areas are broken into 22 different areas which require different sized carts / containers. See the attached installation map s for location of areas. The contractor shall deliver and setup, if required, all carts and containers to each residential unit. The contractor is required to provide and maintain all carts and containers supplied to the installation. The contractor sha ll inform all residents of the pickup day and pickup location for each area as applicable. The contractor will provide information with each cart detailing the types of waste that are acceptable. 6-PLEX RESIDENTIAL UNITS. The 6-Plex residential units shall be collected using an 8 cubic yard front load type containers. A total of 7 containers are required. See the attached installation map, area number 4, for location. OTHER RESIDENTIAL UNITS. Each historical residential unit shall be provided with one 95 gallon cart. A total of 1485 carts are required. See installation map for residential unit locations will be attached to the solicitation. Areas 1-3,5-21, and the Ge neral Officers Area (GFOQ). RESIDENTIAL CURBSIDE RECYCLING. The Contractor will provide one 18-gallon recycling bin to each residential unit. A total of 1583 bins are required. The initial bin will be provided and will be delivered and provided to the residential units. With deli very of the bin the contractor shall inform the individual where and when the bin shall be placed for pickup and a list of acceptable recyclable materials. The contractor will provide once a week collection on a weekly basis for each recycling bin placed at the curbside or designated location on the regularly scheduled pick up day. This will coincide with the residential curbside waste pick up day. All recyclable materials collected from Fort Leavenworth will be recycled and not disposed of in a solid wa ste landfill. COMMERCIAL SOLID WASTE COLLECTION. The contractor shall provide front load type containers at the specified locations shown in the attachment of the solicitation. The attachment lists the locations of containers, size of container(s), and frequency of pi ckup. The number and size of the containers at each location may be adjusted during this contract to suit the level of waste being generated at each facility. COMMERCIAL RECYCLING. The contractor will provide thirty five - 6 cubic yard front load type containers at specified locations for the collection of commercially generated recyclable office paper. It will be the responsibility of Fort Leavenworth to ensu re that to the fullest extent possible, only acceptable materials are placed into the recycling containers. A sign or a placard shall be displayed, by the contractor, detailing the containers as recycling only. Containers shall be picked up as required. SEASONAL SOLID WASTE CONTAINERS. At times the installation will require additional solid waste roll-off containers to be provided at various locations with-in the installation. These will be used for the collection of various solid waste items. Such as for the collection of large items that are not normally acceptable as regular household waste. Such items include, but not necessary limited to: household appliances, furniture, mattresses, and box springs. The type and size of the container(s) needed will be given when requested. Contractor shall supply the requested sized container(s) 20, 30, or 40 cubic yard at the requested locati on(s) with in 36 hours. Container shall then be picked up based upon installation guidance. It is anticipated that the weight of solid waste materials in the dumpster will not exceed the container limits. RECORDS TO BE SUPPLIED. The contractor on a quarterly basis shall supply the Fort Leavenworth Solid Waste Manager individual records of residential solid waste, residential recyclables, commercial solid waste and commercial recyclables tonnage. The infor mation can be sent to the following address, James Norwood, 810 McClellan Ave. Fort Leavenworth, Kansas 66027-1360, Phone (913)-684-3306. PAYMENT. Payment will be made on a monthly basis based upon the number of containers picked up each month with the price submitted on the bid sheet. Contractor shall submit payment information to, Duane Tunink 600 Thomas Ave. Fort Leavenworth, Kansas 660 27-1417, Phone 913-684-3100. INSTALLATION ACCESS. Fort Leavenworth is a secure installation and will require special procedures for access to the post. All vehicles entering the post are required to stop and be inspected by security. SAFETY WHILE ON THE INSTALLATION. The contractor shall obey all traffic laws while on the installation and pay extra attention in residential areas. All State and local regulations shall be followed while materials are being collected. ADDITIONAL REQUIRED INFORMATION. The contractor shall supply with his bid the required data called for in sections 00110 and 00120 in which the proposals will be evaluated against. Failure to submit this information will result in the proposal being rate d as Non-Acceptable. GOVERNMENT POINT OF CONTACT. All inquiries shall be directed to: Carlos Clayton, Contract Specialist by e-mail at carlos.e.clayton@usace.army.mil phone (816)-983-3746 Michael Chirpich, Project Manager by e-mail at michael.c.chirpich@usace.army.mil phone (816)-983-3452 The NAICS code for this solicitation is 562111, the Federal Supply Code is S205, the SIC code is 4212, and the small business size standard is $10,500,000.00. This solicitation contains a base period plus four option periods if exercised. The base year period of performance runs from 01 March 2006 to 28 FEB 2007. The period of performance for Option period 1 runs from 01 March 2007 to 28 FEB 2008. The period o f performance for Option period 2 runs from 01 March 2008 to 28 FEB 2009. The period of performance for Option period 3 runs from 01 March 2009 to 28 FEB 2010. The period of performance for Option period 4 runs from 01 March 2008 to 28 FEB 2011. The gove rnment will award a contract from this request for proposals to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and non-price related factors considered. The selection of the contractor will utilize the Lowest Price Technically Acceptable (LPTA) Source Selection Process (SSP). The SSP board will evaluate the following Technical factors from each offeror, which are all equally weighed. Factor 1 - Yearly Solid Waste Collection. The Off eror must submit records for the past 5 years showing on a yearly basis the amount of solid waste material that is handled/collected and must show the ability to handle at a minimum 5000 tons per year of solid waste. Factor 2 - Yearly Recyclable Material s Collected: The Offeror must submit records for the past 5 years showing on a yearly basis the amount of recyclable material that is ha ndled/collected and must show the ability to handle at a minimum 1500 tons per year of recyclable materials. Factor 3 - Details showing Recyclable Materials from Fort Leavenworth will not be disposed of in a landfill: The Offeror must submit information showing that recyclable materials collected from Fort Leavenworth will not be disposed of in a landfill. Relative weighting of the Technical Factors 1, 2, and 3 are equal to each other. Technical (Volume 1) is more important than Price (Volume 2). Note , failure to satisfy the requirements for any one factor will result in the offeror being non-acceptable for the solicitation. Volume 1 Technical must be rated Acceptable for Volume 2 Price to be considered. All responsible sources may submit an offer, which will be considered by this agency. The Solicitation package shall be available on February 3, 2006 on FedTeds. The solicitation will be posted at the following web address, http://www.fedteds.gov. One m ust register on FedTeds in order to receive any solicitation. Once registered on FedTeds you may request authorization to view and download the solicitation and all attachments. Proposals are due February 17, 2006 no later than 4:00 pm (central standard time). Questions of a technical nature may be addressed to Mr. Steven Whetzel at 785-546-2294. Questions of a Contractual nature may be addressed to Mr. Carlos Clayton at 816-983-3746. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: (ORCA) Prior to quoting, vendors must complete online the Representations and Certifications. To do so requires CCR Registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at http://orca.bpn.gov. REQUIRED CCR REGISTRATION: Prior to sbmitting a proposal, vendors must be actively registered in the Central Contract Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a proposal, an offeror acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer t o CCR clause (either 252.204-7004 or 52.204-7) Also, Federal Acquisition Regulation (FAR) requires offerors to provide representations and certifications electronically via the BPN website at https:/www.bpn.gov/ocra/vendor as a prerequisite to receiving solicitation, to update the representations and c ertifications as necessary, but a least annually, to keep them current, accurate and complete, and to make changes that affect only one solicitation by completing the appropriate sections of either paragraph (j) of FAR provision 52.212-3 or FAR provision 5 2.204-8, whichever is included in the solicitation.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00979125-W 20060204/060202212610 (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.