Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2007 FBO #1904
MODIFICATION

99 -- Refuse Collection, Disposal and Recycling Service 02

Notice Date
2/10/2007
 
Notice Type
Modification
 
NAICS
562212 — Solid Waste Landfill
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54C, Alameda, CA, 94501-5100, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG89-07-R-6SH002
 
Response Due
2/28/2007
 
Archive Date
12/31/2007
 
Point of Contact
Melissa Vincent, Contract Specialist, Phone 510-437-3371, Fax 510-437-3014, - Christopher Hum, Contract Specialist, Phone 510-437-5916, Fax 510-437-3014,
 
E-Mail Address
Melissa.D.Vincent@uscg.mil, Christopher.G.Hum@uscg.mil
 
Description
CLIN 3001 ? Option Year 3: 01 OCTOBER 2009 THROUGH 30 SEPTEMBER 2010. The contractor shall provide Refuse Collection, Disposal and Recycling Services in accordance with Performance Work Statement (PWS), Attachment 1. Services shall be performed at the U.S. Coast Guard Family Housing Facility, Novato, California and the U. S. Coast Guard Pacific Strike Team, Hangar #2, Hamilton Field, Novato, California. 3001AA -- Collection and disposal of refuse from one (1) each Contractor-furnished 3 Cubic yard dry trash container, twice (2) times weekly on Tuesdays and Friday, at the rear of Building 227, South Oakwood Drive. $ __________ per month x 12 months = $ __________ 3001AB -- Collection and disposal of refuse from each household (214) in the housing site, two (2) each Coast Guard furnished 32 gallon containers, with latch lids, one (1) time weekly, on Tuesdays. $ __________ per month x 12 months = $ ___________ 3001AC -- Collection and recycling of recyclable items from each household (214) in the housing site, three (3) each Coast Guard furnished 15 gallon containers, with latch lids, one (1) time weekly, on Tuesdays $__________ per month x 12 months = $ ___________ 3001AD -- Collection and disposal of refuse from three (3) each Contractor-furnished 3 Cubic yard dry trash container, one (1) time weekly on Tuesdays, at the U. S. Coast Guard Pacific strike team, Hanger #2. $__________ per month x 12 months = $ __________ 3001AE -- Additional December Holiday collections and disposals at the Family Housing site for one (1) Christmas tree from each household (214) units, and two(2) 32 gallon trash bags from each household (214 units). Collection dates will be mutually agreed to between the Contractor and the COTR by the last week in November. Upon agreement, the Contractor shall notify each household in writing, by the second week in December, as to the date set for this additional collection. (This Line item shall not be billed until services are completed in December.) 214 units x $_____________ per unit=$____________ INDEFINITE DELIVERY- INDEFINITE QUANTITY (IDIQ) The following Line Items are Indefinite Delivery-Indefinite Quantity (IDIQ). The Estimated Quantities will be funded at time of award, EXCEPT LINE ITEM 00001AK whereby services will be ordered only by the Contracting Officer through the issuance of a Delivery Order. The contractor shall invoice only after services have been ordered and completed. The estimated quantities may be ordered throughout the respective periods of performance. Only the Contracting Officer or the Contracting Officer?s Technical Representative (COTR) (except 00001AK) can request services under the IDIQ Line items. The Contracting Officer and the COTR will be responsible for monitoring the estimated quantities to ensure they are not exceeded. The COTR is responsible for maintaining a log for each service call ordered under each IDIQ Line Item (See PWS, C-8, special Requirements). The ?minimum quantity? stated in FAR subpart 16.504(a)(1) and FAR clause 52.216-22(b), is met for the life of the contract by the firm fixed price portion of the contract in the Base Year. The Estimated Quantities will be used for evaluation purposes only. There are no guarantees the Government will order any of the estimated quantities under the IDIQ Line Items. With the concurrence of the COTR, the Contracting Officer will unilaterally de-obligate (via a SF-30) unused funds in the fourth quarter of each year. 3001AF -- Collection and disposal of refuse from one (1) each Contract-furnished, 40 cubic yard industrial container for household rubbish, as needed, in the parking lot on Crescent Drive (near the tennis courts Estimated 48 calls per year x $_______ per call = $___________ 3001AG -- Collection and disposal of refuse from one (1) each Contractor-furnished, 40 cubic yard industrial container for household rubbish, as needed, at locations to be designated by the COTR within the Family Housing area. Estimated 4 calls per year x $_______ per call = $___________ 3001AH -- Collection of recyclable cardboard from one (1) each Contractor-furnished, 30 cubic yard recycle contained for cardboard recycling, as needed, in the parking lot on Crescent Drive (near the tennis courts). Estimated 24 calls per year x $_______ per call = $___________ 3001AJ -- Collection and disposal of improperly dumped trash in the Family Housing Facility or Pacific Strike Team #2 areas. (UNFUNDED AT TIME OF AWARD. ONLY THE CONTRACTING OFFICER IS AUTHORIZED TO ISSUE DELIVERY ORDERS UNDER THIS LINE ITEM.) Estimated (6) cubic yards Per Year x $______ per cubic yard = $ __________. OPTION YEAR 3 FIRM=FIXED PRICE TOTAL $ _________________ OPTION YEAR 3 IDIQ TOTAL: $________________ OPTION YEAR 3 EVALUATED TOTAL: $ _______________ CLIN 4001 ? Option Year 4: 01 OCTOBER 2010 THROUGH 30 SEPTEMBER 2011. The contractor shall provide Refuse Collection, Disposal and Recycling Services in accordance with Performance Work Statement (PWS), Attachment 1. Services shall be performed at the U.S. Coast Guard Family Housing Facility, Novato, California and the U. S. Coast Guard Pacific Strike Team, Hangar #2, Hamilton Field, Novato, California. 4001AA -- Collection and disposal of refuse from one (1) each Contractor-furnished 3 Cubic yard dry trash container, twice (2) times weekly on Tuesdays and Friday, at the rear of Building 227, South Oakwood Drive. $ __________ per month x 12 months = $ __________ 4001AB -- Collection and disposal of refuse from each household (214) in the housing site, two (2) each Coast Guard furnished 32 gallon containers, with latch lids, one (1) time weekly, on Tuesdays. $ __________ per month x 12 months = $ ___________ 4001AC -- Collection and recycling of recyclable items from each household (214) in the housing site, three (3) each Coast Guard furnished 15 gallon containers, with latch lids, one (1) time weekly, on Tuesdays $__________ per month x 12 months = $ ___________ 4001AD -- Collection and disposal of refuse from three (3) each Contractor-furnished 3 Cubic yard dry trash container, one (1) time weekly on Tuesdays, at the U. S. Coast Guard Pacific strike team, Hanger #2. $__________ per month x 12 months = $ __________ 4001AE -- Additional December Holiday collections and disposals at the Family Housing site for one (1) Christmas tree from each household (214) units, and two(2) 32 gallon trash bags from each household (214 units). Collection dates will be mutually agreed to between the Contractor and the COTR by the last week in November. Upon agreement, the Contractor shall notify each household in writing, by the second week in December, as to the date set for this additional collection. (This Line item shall not be billed until services are completed in December.) 214 units x $_____________ per unit=$____________ INDEFINITE DELIVERY- INDEFINITE QUANTITY (IDIQ) The following Line Items are Indefinite Delivery-Indefinite Quantity (IDIQ). The Estimated Quantities will be funded at time of award, EXCEPT LINE ITEM 00001AK whereby services will be ordered only by the Contracting Officer through the issuance of a Delivery Order. The contractor shall invoice only after services have been ordered and completed. The estimated quantities may be ordered throughout the respective periods of performance. Only the Contracting Officer or the Contracting Officer?s Technical Representative (COTR) (except 00001AK) can request services under the IDIQ Line items. The Contracting Officer and the COTR will be responsible for monitoring the estimated quantities to ensure they are not exceeded. The COTR is responsible for maintaining a log for each service call ordered under each IDIQ Line Item (See PWS, C-8, special Requirements). The ?minimum quantity? stated in FAR subpart 16.504(a)(1) and FAR clause 52.216-22(b), is met for the life of the contract by the firm fixed price portion of the contract in the Base Year. The Estimated Quantities will be used for evaluation purposes only. There are no guarantees the Government will order any of the estimated quantities under the IDIQ Line Items. With the concurrence of the COTR, the Contracting Officer will unilaterally de-obligate (via a SF-30) unused funds in the fourth quarter of each year. 4001AF -- Collection and disposal of refuse from one (1) each Contract-furnished, 40 cubic yard industrial container for household rubbish, as needed, in the parking lot on Crescent Drive (near the tennis courts Estimated 48 calls per year x $_______ per call = $___________ 4001AG -- Collection and disposal of refuse from one (1) each Contractor-furnished, 40 cubic yard industrial container for household rubbish, as needed, at locations to be designated by the COTR within the Family Housing area. Estimated 4 calls per year x $_______ per call = $___________ 4001AH -- Collection of recyclable cardboard from one (1) each Contractor-furnished, 30 cubic yard recycle contained for cardboard recycling, as needed, in the parking lot on Crescent Drive (near the tennis courts). Estimated 24 calls per year x $_______ per call = $___________ 4001AJ -- Collection and disposal of improperly dumped trash in the Family Housing Facility or Pacific Strike Team #2 areas. (UNFUNDED AT TIME OF AWARD. ONLY THE CONTRACTING OFFICER IS AUTHORIZED TO ISSUE DELIVERY ORDERS UNDER THIS LINE ITEM.) Estimated (6) cubic yards Per Year x $______ per cubic yard = $ __________. OPTION YEAR 4 FIRM=FIXED PRICE TOTAL $ _________________ OPTION YEAR 4 IDIQ TOTAL: $________________ OPTION YEAR 4 EVALUATED TOTAL: $ _______________ This contract will be based on the following criteria: Past performance, technical (capability) and price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the best terms from a price and technical standpoint. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representatives and Certifications. FAR 52.212-4, Contract Terms and Conditions Commerical Item. (p) Limitation of Liability, is revised to read: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractor?s performance of this contract. The Contractor also shall be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractor?s liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgements, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgement, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. FAR 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 clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/ Department of Homeland Security: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf CLAUSE TITLE 52.228-5 INSURANCE?WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.215-5 FACSIMILE PROPOSALS (OCT 1997) 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) (10 DAYS) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ((a) 25 DAYS AND 60 DAYS) (c) 60 MONTHS.) Note, options may be exercised subject to the availability of funds (FAR 52.232-`8) 52.245-2 GOVERNMENT PROPERTY (Fixed-Price Contracts) (MAY 2004) 52.232-18 AVAILABILITY OF FUNDS. (APR 1984) 52.237-1 SITE VISIT (APR 1984) (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a acclaim after contract award. 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION. (APR 1984)
 
Place of Performance
Address: Novato, California
Zip Code: 94949
Country: UNITED STATES
 
Record
SN01230061-W 20070212/070210220229 (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.