Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

S -- Refuse Containers and Disposal Services, Fort Hamilton, Brooklyn, NY

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
562213 — Solid Waste Combustors and Incinerators
 
Contracting Office
ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QF2-07-T-0018
 
Response Due
9/25/2007
 
Archive Date
11/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is W91QF2-07-T-0018 and is issued as an as Request for Quotations (RFQ). The solicitation document and incorpo rated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 562213 with a small business size standard of $11.5 M. Thi s requirement is set aside as 100% Small Business. The due date and time for quotations is 0900 September 25, 2007. All quotations shall be clearly marked with the offerors name, address, POC with telephone number and the above solicitation number. Acce ptable means of quotation submission include, e-mail, facsimile, US Postal or courier service. Quotations submitted via US Postal or courier service shall be addressed to: Capital District Contracting Center, Attn: Thelma Puckett, 9410 Jackson Loop, Suit e 101, Fort Belvoir, VA 22060. The government will award a contract resulting form this solicitation based on LOW PRICE in accordance with the solicitation tasks. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation. Capital District Contracting Center, Fort Belvoir, VA is procuring the following services Refuse Containers and Disposal Services for Fort Hamilton, Brooklyn, New York. Period of Performance is 1 October 2007 through 30 September 2009. ITEM DESCRIPTION AND QUANTITY: Item Number 0001  Collect Refuse at Commissary  12 months Bi-weekly pickup and disposal of one (1) 20 CY refuse compactor-container at Commissary, Bldg 115. In accordance with (IAW) the Statement of Work (SOW) Item Number 0002 -- Roll-A-Way Container 20 CY  10 each Not to Exceed 10 containers during the period of performance. Deliver and pickup 20 CY dumpsters, including disposal, as required, various locations throughout Post IAW the SOW paragraph 2. Item Number 0003 -- Roll-A-Way Container 30 CY  10 each Not to Exceed 10 containers during the period of performance. Deliver and pickup 30 CY dumpsters, including disposal, as required, various locations throughout Post IAW the SOW paragraph 3. Item Number 0004 -- Excess Refuse Weight  5 Short Tons Not to Exceed 5 Short Tons during the period of performance. Refuse exceeding specified maximums per container, by weight. In accordance with Statement of Work paragraph 4. Item Number 0005  Contract Manpower Reporting Requirement  1 ea IAW the SOW paragraph 5. STATEMENT OF WORK (SOW): 1. Collect and dispose of refuse and trash at the Building 115 Commissary on Fort Hamilton Brooklyn, NY. The Contractor shall provide one 20 Cubic Yard refuse compactor and container. The container shall be of a compact design equipped with a hydraulic tailgate that permits the compactor to be built into the same door through which the compacted refuse is later emptied. The compactor-container design shall allow easy charging from a loading dock approximately 4 feet high and provide all work required in order to charging in a safe manner. The compactor design shall be capable of allowing loading by a chute, when required. Refuse shall be picked up and disposed of at an approved disposal site twice per week. The container shall be kept in good repair, c lean and watertight. A disinfectant  deodorant shall be applied to each empty container when replaced. Area around the container shall be cleaned after pick-up. The refuse is typical of a full service grocery store and is characterized by paper, cardboa rd boxes, plastic containers and wrapping, food and meat wastes, metals and cans, containerized liquids, and floor sweepings. Services shall be billed at a flat rate per month. The Contractor shall deliver with each invoice, a statement stating the weight of refuse disposed. Period of Performance is 1 O ctober 2007 through 30 September 2008. 2. The Contractor shall provide on-call 20CY refuse dumpsters. The containers shall be in good repair, clean and watertight. Debris shall not be allowed to fall from or blow out of the container during transport. Refuse shall be picked up and disposed of at an approved disposal site. Containers shall be delivered and picked up within 24 hours of receiving a call from an authorized Government representative, Monday through Friday. Arrangements may be made for Saturday or Sunday service. Refuse can be ch aracterized as containing, but not limited to, construction debris, paper and cardboard, scrap metal, wood and metal furniture, wood and pallets, wood chips, tree cuttings, plant materials, and landscape debris. Services shall be billed at a flat rate per container including delivery, pickup and disposal of up to three (3) short tons, net weight per container. The Contractor shall deliver with each invoice, a statement stating the weight of refuse disposed. As few as 1 container and as many as 10 container s can be expected during the period of performance 1 October 2007 through 30 September 2008. 3. The Contractor shall provide on-call 30CY refuse dumpsters. The container shall be in good repair, clean and watertight. Debris shall not be allowed to fall from or blow out of the container during transport. Refuse shall be picked up and disposed of at an approved disposal site. Containers shall be delivered and picked up within 24 hours of receiving a call from an authorized Government representative, Monday through Friday. Arrangements may be made for Saturday or Sunday service. Refuse can be cha racterized as containing, but not limited to, construction debris, paper and cardboard, scrap metal, wood and metal furniture, wood and pallets, wood chips, tree cuttings, plant materials, and landscape debris. Services shall be billed at a flat rate per container including delivery, pickup and disposal of up to four (4) short tons, net weight per container. The Contractor shall deliver with each invoice, a statement stating the weight of refuse disposed. As few as 1 container and as many as 10 containers can be expected during the period of performance 1 October 2007 through 30 September 2008. 4. Refuse disposal exceeding the net weights specified above shall be billed at a flat rate per short ton. 5. CONTRACT MANPOWER REPORTING REQUIREMENT The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including sub-contractor manpower) required for performance o f this contract. The contractor is required to completely fill in all information in the format using the following address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Techni cal Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5 ) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting ser vices provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Req uiring Activity is responsib le for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an oversea s location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fi scal year and must be reported by 31 October of each calendar year. Contractors may use the direct XL data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. PAST PERFORMANCE: Perspective offerors shall submit the names, address and telephone numbers of three (3) references for same or similar services required in this solicitation to Thelma Puckett via e-mail thelma.s.puckett@us.army.mil, not later than 10:00 a.m. EST, September 20, 2007. The following provisions and clauses apply to this solicitation and the full text of these clauses and provisions may be viewed at the following website: http://farsite.hill.af.mil. The following clauses apply to this solicitation: 52.212-1 Instructions to Offerors  Commercial Items, 52.212-3 Offeror Representations and Certifications  Commercial Items, Offerors are advised to submit a completed printout of their Representations and Certifications, 52.212-4 Terms and Conditions  Commercial Items and 52.2 12-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this acquisition and specifies the applicability of clauses: 52.219-6, Notice of Total Small business Set-Aside (JUNE 2003) (15 U.S.C. 644) ; 52.222-3, Convict Labor; 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.226-26, Equal Opportunity; 52.222-35; 52.225-1, Buy American Act-Supplies (JUNE 2003) (41 U.S.C. 10a-10d); 52. 232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332); and 52.222-41. Additional clauses applicable to this purchase include: FAR Clause 52-204-7, Central Contractor Registration, DFARS 252.246-7000, Material Inspection and Receiving Report and 252. 232-7009 Payment by Electronic Funds Transfer (CCR). Clause 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders to Defense Acquisitions of Commercial Items. Point of contact is Thelma Puckett at 703-806-4412 or via email at thelma.s.puckett@us.army.mil, or via Fax at 703-806-4282. Please submit all questions in writing via email to thelma.s.puckett@us.army.mil. Questions will not be addressed by telephone. A ll prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be actively registered in the Central Contractor Registration (CCR) at www.ccr.gov
 
Place of Performance
Address: ACA, Capital District Contracting Center Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
Country: US
 
Record
SN01407471-W 20070916/070915195142 (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.