Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

S -- Solid Waste Removal Services - Alderson, West Virginia

Notice Date
7/10/2006
 
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
RFQ10101-0001-7
 
Response Due
8/4/2006
 
Archive Date
10/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. SOLID WASTE REMOVAL SERVICES General Information- The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to award a firm-fixed price indefinite-delivery, requirements type contract to a responsible small business entity for the provision of solid waste removal services to be performed for the Federal Prison Camp (FPC) located in Alderson, West Virginia. FPC Alderson is a minimum security facility housing approximately 1200 federal female inmates. Additional information regarding the Federal Bureau of Prisons and FPC Alderson is located at www.bop.gov . Place of Performance - Mobile services will be provided on-site at FPC Alderson, Glen Ray Road, Alderson, West Virginia 24910. The contractor will sign a consultant log, indicating the date of visit to the institution, time of arrival, and time of departure. Required Services- The purpose of this solicitation/ contract is to procure Solid Waste Removal and Disposal services. The equipment and services to be provided are as follows: 1. One 6 yard dumpster to be located at Glass House apartments for staff housing. 2. Two 30 cubic yard dumpsters for construction debris. 3. One 20 cubic yard self-contained compactor with 23-cubic yard receiver to be located at the Food Service department. 4. One 2 cubic yard stationary compactor to be located at the Powerhouse. 5. Two 20 cubic yard roll-off boxes for recycling area. 6. Contractor to provide dumping of dumpsters and transportation to and from landfill. 7. Contractor to be responsible for all associated landfill fees. In addition to providing equipment, the contractor shall be required to provide on a monthly basis to the Contracting Officer or his designated representative, written reports as follows: 1. A poundage report on all recyclable materials (excluding aluminum cans). 2. Cost savings of all recyclables, i.e. poundage cost at the landfill vs. actual sales of recyclable materials (excluding aluminum cans). The contractor is responsible for compliance with all environmental laws, rules and regulation of the local, state, and federal government. Additionally, the contractor must provide proof of proper solid waste disposal upon request. Performance Schedule- In general, the contractor shall provide service as follows; however, the Government reserves the right to change frequency of pick-ups and request changes to this schedule as necessary. Dumpsters (excluding Residential dumpster): Pick-up to be three (3) days per week- Monday, Wednesday, and Friday (excluding federal holidays) between the hours of 7:00 a.m. and 4:00 p.m. Residential dumpster: Pick-up to be one (1) day per week- Wednesday (excluding federal holidays) between the hours of 7:00 a.m. and 4:00 p.m. Compactors: Pick-up to be two (2) days per week- Tuesday and Friday, excluding federal holidays. Pick-up shall be after noon and compactors must be returned by 4:00 p.m. on day of pick-up. The contractor is advised that when the need arises where the compactor needs to be serviced due to excess refuse, the contractor will be responsible for making an extra service call. The contractor will be notified by the Contracting Officer or designated representative to order service. Due to the nature of the correctional setting, delays in performance of work may be expected. Such delays may include, but are not limited to, inclement weather, electrical or mechanical problems, or other security matters. When the contractor reports to the institution, but is unable to perform services due to such delays, the contractor may be entitled to compensation of his time. The contracting officer shall be responsible for negotiating fair and reasonable payment if required. When advance notice is given of cancelled service calls, the Government will not be subject to payment. Equipment and Supplies- All equipment necessary to perform the requested service will be furnished by the contractor. Equipment repairs are the sole responsibility of the contractor. Minimum Qualification Requirements - The contractor must be registered and licensed with the proper authorities to provide required services. The contractor must provide, with their quote, photocopies of documents evidencing abilities to perform required services in the State of West Virginia. Institution Security- The contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of inmates. Payment Terms - It is the preference of the FPC to be billed on a monthly basis. Invoices should be submitted in accordance with FAR 52.212-4(g) and payment will be rendered in accordance with the Prompt Payment Act (31 U.S.C. 3903). The contractor may offer discount payment terms for prompt payments with the quote for service. CONTRACT PRICING - Contract pricing shall include all charges to the Government for performing the services required by this solicitation/contract (e.g., landfill fees, permits, bonding, overhead, profit, supervision, minimum wages, etc.). The Government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a cost or price standpoint. Quoters are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting the lowest priced, technically acceptable quote. PRICING METHODOLOGY - The quantity of services to be provided by the contractor is estimated below and are not a representation to a quoter or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Pursuant to FAR 17.203(b), the Governments evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. Contract pricing shall be based upon a ?price per month? basis for provision of solid waste disposal services and use of equipment.as previously described. CONTRACT CLAUSES: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov . Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 Contract Terms and Conditions--Commercial Items (SEP 2005) 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2006) 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) - Patient data and medical records 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and Comprehensive General Liability: $500,000 per occurrence for bodily injury; Automobile Liability : $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence for property damage. 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one month; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2)the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised Contracting Officers Technical Representative (JAR 2852.201-70) (a) Joe Hall, Facilities Manager at FPC Alderson Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70) Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004) Notice of Personnel Security Requirements (OCT 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (APR 2006)- (b) 1, 5, 7, 9, 14, 16, 17, 18, 19, 20, 26, 31; (c) 1 - Wage Determination 1994-2573 R25 dated 05/23/2006 - Minimum Wage Rate for occupation code 11300- Refuse Collector is $9.23 per hour and Minimum Wage Rate for occupation code 31363- Truckdriver, Heavy Truck is $13.80 per hour; 2 - Code 11300 is $11.55 per hour and Code 31363 is $18.71; and 3 OTHER CONTRACT TERMS AND CONDITIONS: Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award resulting from this solicitation will be made approximately September 1, 2006. Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. The contractor shall commence full performance of services under this contract within 30 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FPC Alderson, located in Alderson, West Virginia. Ordering Official: Task orders for service may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. Security and Investigative Requirements: The following requirements apply to all individuals delivering services inside the institution. 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (name check); 3. FD-258 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employers over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A (authority of release of information); 8. NACI check (if applicable); and 9. Urinalysis test (for detection of marijuana and other drug usage).Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution. The contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. Contract workers shall be provided with a 4-hour security orientation program prior to performing any services at the institution. The date and time for this orientation will be mutually agreed upon by both parties and reimbursement for attendance will be at the current years session rate. Non-Personal Service Status: Award of this requirement will result in a contractual arrangement only and shall not be construed as a personnel appointment with the BOP. 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 contractors own unsupervised determination. The contractor will not be subject to Government supervision but its efforts will be monitored for quality assurance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. SOLICITATION PROVISIONS: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov . 52.212-1 Instructions to Offerors ? Commercial Items (JAN 2006) (delete c, e, h, i) 52.212-3 Offeror Representations and Certifications ? Commercial Items (MAR 2005) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534 Protests Filed Directly with the Department of Justice (JAR 2852.233-70) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Quoters are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov ) prior to award of any contract, by entering the potential awardee DUNS number into the CCR database. Failure to complete the registration may result in elimination from consideration for award. Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. This solicitation is set-aside 100% for small business. SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Contractors DUNS Number (2) Quoted rates on a ?price per month? basis for provision of solid waste disposal services and use of equipment for the following contract line items (CLIN): CLIN 001: One 6 yard dumpster (residential) CLIN 002: Two 30 cubic yard dumpsters for construction debris CLIN 003: One 20 cubic yard self-contained compactor with 23-cubic yard receiver CLIN 004: One 2 cubic yard stationary compactor CLIN 005: Two 20 cubic yard roll-off boxes Pricing must be provided for each contract year (i.e., Base Year, Option 1, Option 2, Option 3, and Option 4). An example format for price quotes is as follows: BASE YEAR: CLIN 001 x $__________ per month x 12 months = $ _____________ year CLIN 002 x $__________ per month x 12 months = $ _____________ year CLIN 003 x $__________ per month x 12 months = $ _____________ year CLIN 004 x $__________ per month x 12 months = $ _____________ year CLIN 005 x $__________ per month x 12 months = $ _____________ year (3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAR 2005) if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov . (4) Sufficient documentary evidence of qualifications as stated above. (5) Proof of contractors ability to meet insurance requirements. (6) Point of Contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. Sealed Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00pm local time on Friday, August 4, 2006. Questions regarding this requirement may be directed in writing to Lori Wehling, Contract Specialist at the email address listed below.
 
Place of Performance
Address: Federal Prison Camp, Glen Ray Road, Alderson, West Virginia
Zip Code: 24910
Country: UNITED STATES
 
Record
SN01085508-W 20060712/060710220356 (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.