Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2008 FBO #2278
SOLICITATION NOTICE

P -- RECYCLING SERVICES FOR THE ARIZONA NATIONAL GUARD

Notice Date
2/19/2008
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L2-08-T-0004
 
Response Due
3/31/2008
 
Archive Date
5/30/2008
 
Point of Contact
J. SHARLENE ALEXIS, 602-267-2840
 
E-Mail Address
Email your questions to USPFO for Arizona
(janet.alexis@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement c onstitutes the only solicitation issued as Request for Quotation (RFQ) W912L2-08-T-0004. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be a Base Award with Four (4) option years not to exceed five (5) years. This acquisition is 100% Small B usiness Set-Aside under North American Industry Classification System (NAICS) code 562111; however, the Government will accept proposals from all business. In the even of insufficient small business participation, award will be made on an unrestricted bas is. PERFORMANCE WORK STATEMENT RECYCLING SERVICES for the ARIZONA ARMY NATIONAL GUARD at various locations throughout the state of Arizona. The Governments intent is to potentially award two (2) separate contracts for the following: (1) contract f or light steel, radiators, heavy steel, stainless steel, brass (fixtures), copper, aluminum (Cans), aluminum (Other) and (2) Paper (all types), cardboard, aluminum (Cans), Aluminum (other) and Small Arms Brass. 1.0. DESCRIPTION OF SERVICES: 1. 1. The Contractor shall plan, program, administer, manage, and execute the work necessary to provide the specified services. The Contractor shall provide personnel, management, and other items and services, not Government furnished, necessary to perform Recycling Services as defined in this Performance Work Statement (PWS) at various locations throughout the state of Arizona: Phoenix Metro area, Tucson/Marana area, Flagstaff/Show Low area. The Contractor shall comply with all applicable Arizona National G uard Policies, including Environmental Management System, (available upon request from the Environmental office). The Contractor shall adhere to all Federal, State, and local laws, regulations, codes, technical manuals, manufacturer's instructions and reco mmendations, and acceptable commercial practices in the delivery of required services. 1.2. The Contractor shall: a. Furnish the Government containers which are clean (exterior), serviceable and suitable for the collection and removal of recycla ble materials; b. Provide containers of a size agreed upon with the designated Environmental contact and place them in the locations designated by the government to maximize the collection of recyclable material; c. Clearly mark containers indicati ng the type of recyclable material to be deposited; d. Service and remove all recyclable containers and equipment in types and quantities adequate to maximize the collection and diversion of recyclable materials; and e. Ensure that services are pro vided in sufficient frequency that the containers are emptied as needed to avoid overflow of recyclable materials. 1.5 CY containers shall be replaced with 6 CY containers as required to handle periods of recyclable overflow upon request by the Arizona Nat ional Guard Point of Contact. 1.3. Service Delivery Plan: The Contractor shall work with the government to develop and then maintain a service delivery plan and provide it to the government for review and approval within 30 calendar days after contract award. The plan must address management and operational procedures for the delivery of required services including quality control, purchasing, Government property control, environmental management, and government record keeping and reporting. The Gover nment person responsible for plan approval will be identified after award of this contract. The Contractor shall deliver required services in accordance with the approved plan. Only the authorized government POC may give approval to modify or deviate from approved procedures. 1.4. Performance-Based Services Acquisition: This is a performance-based services contract in which the Contractor shall provide servic es that achieve the various Government objectives and targets. This PWS defines performance requirements and allows the Contractor to manage and determine the service delivery plan for achieving the objectives and targets. This approach is intended to al low the Contractor to determine the best and most cost-effective ways to fulfill the Governments objectives and targets, emphasizing innovation and commercial best practices. 1.5. Recycle Services: 1.5.1. Collections Report: The Contractor shall record all recycle collections indicating the time, date, and locations to include an itemized list of recycled and non-recyclable materials by type with quantities recorded in pounds (lbs.) and volume (CuYds). This report shall be submitted monthly with i nvoice. 1.5.2. The Contractor shall place all containers in specified pick-up locations, and must adhere to all Installation Force Protection, Fire Protection requirements and Safety and Security requirements. 1.5.3. Service Frequencies: The Cont ractor shall establish a service schedule at intervals to ensure collection containers are maintained with sufficient capacity between servicing. 1.5.4. Unscheduled Service Calls: The Contractor shall respond within 24 hours to all requests by the GOV ERNMENT, requesting service for full or overflowing containers. 1.6. Containers/Equipment/Recycle Location Areas: The Contractor shall ensure that containers are in place, clean and well maintained. Approximately 95% of exposed surfaces shall be cover ed with uniform color scheme. Equipment shall be maintained and in good workable condition. The area within a radius of 15 feet from containers shall be free of refuse and recycling debris. All removed recyclable materials shall be transported to a designa ted recycle center, and non-recyclable items shall be delivered to a Government approved Landfill/Transfer Station. 1.6.1. The Contractor shall be responsible for the final outcomes and results of the services required by this contract. The final outco mes and results shall include, but not be limited to, quality, responsiveness, site conditions, profitability and acceptability to the customer. The Contractor in conjunction with the Government shall annually review the Arizona Army National Guards solid waste streams in order to develop additional recycling opportunities. 1.7. Marketing: The Contractor shall market recyclable materials and consistently seek new and improved markets for materials, and provide to the Government its share of the reven ue generated from the sale of recyclable materials. A letter on the Contractors letterhead that includes the following identifying information shall be included in the envelope in which the check is sent to the Government: Suspense Account 21F38 75.1111 APCN144 Fiscal Station 002059 Contract Number: __________________________ 1.6.3. The check will be made out to the U. S. Department of Treasury and shall be mailed to: USPFO for Arizona, Attention: Staff Accountant, 5 645 E. McDowell Rd, Bldg. M5800, Phoenix, AZ 85008-3442. 2.0. REQUIREMENTS SUMMARY: PERFORMANCE OBJECTIVE and PWS REFERENCE: Furnish the Government approved containers suitable for the collection and removal of recyclable materials. 2.1. Provide a ppropriate size containers and place them in appropriate locations to maximize the collection of recyclable material per Schedule. 2.2 Provide clearly marked containers indicating type of recyclable material to be deposited. 2.3. Service and remo ve all recyclable containers and equipment in types and quantities adequate to maximize the collection and diversion of recyclable materials. 2.4 Ensure that services are provided in sufficient quantity that the containers are emptied as needed to avo id overflow of recyclable materials to include for light steel, radiators, heavy steel, stainless steel, brass (fixtures), copper, aluminum (Cans), aluminum (Ot her) and Paper (all types), cardboard, aluminum (Cans), Aluminum (other) and Small Arms Brass. 2.5 The Contractor shall market recycled and composted materials, and consistently seek new and improved markets for materials, and provide to the Government its share of the revenue generated from the sale of recyclable materials at current market rate. 3.0 DELIVERABLES: The Contractor shall maintain complete and accurate files of, records, and reports required under this contract. Files, records and r eports shall be provided electronically in Microsoft Office compatible systems. All files will become the property of the Government and shall be turned over to the government at the completion or the termination of this contract. 3.1 DELIVERABLE ITE M and PWS REFERENCE and DUE DATE: 3.1.1 Service Delivery Plan: The Contractor shall develop and maintain a service delivery plan. (30 days after contract award.) 3.1.2 Collections Report: The Contractor shall record all recycle collections. (Mon thly with invoice.) 3.1.3. Sales Report: The Contractor shall provide a sales report to the government (10th calendar day of the month following a sale.) 3.1.4 Environmental Plan: The Contractor shall provide a written environmental plan detailing services to be provided and how the Contractor shall comply with AZARNG Environmental Policies. This plan shall also address the handling of hazardous materials/waste that are encountered in the course of performance under this contract. (30 days after con tract award.) 4.0. GENERAL REQUIREMENTS: 4.1. Compliance with Published Guidelines, Regulations and Laws: The Contractors delivery of services under this contract shall conform to environmental law and AZARNG policies and regulations to remain in compliance with AZARNG Environmental Management System (EMS). This includes conformance by all sub-contractors the Contractor may utilize in the performance of this contract. A copy of the Adjutant Generals environmental policy letter will be supplied t o the contractor and all employees and subcontractors shall receive a copy of the AZARNG Contractor EMS Awareness pocket reference card. 4.2. Location of Work: These recycling services shall be provided at AZARNG. AZARNG is a United States Army Nati onal Guard military reservation at various locations throughout State of Arizona: Phoenix Metro area, Tucson/Marana, Flagstaff/Show Low. 4.3. Quality Control: Government policy for contractor quality control and applicable definitions are provided i n Part 46 of the Federal Acquisition Regulations. These may be accessed at the following website addresses: http:// www.arnet.gov/far or at http://farsite.hill.af.mil. The Contractor is required to control the quality of services delivered and provided to the Government, for acceptance, only services which conform to contract requirements. Delivery of services shall be in substantial compliance with contract requirements and shall be suitable for the intended purpose of the contract. 4.4. Hours of Ope ration: Services shall be performed during normal duty hours of 7:30 A.M. to 4:00 P.M., Mondays through Fridays, excluding federal holidays, unless otherwise required in the contract or approved by the government. Emergency calls shall be completed within six (6) hours of notification. Changes in work times need to be submitted to the government for approval at least 72 hours prior to when the scheduled change is to take effect. 4.5. Security Requirements: The Contractor shall comply with all Arizona A rmy National Guard security regulations. Contractor employees shall obtain and display identification badges. The Contractor shall anticipate delays in getting commercial vehicles on location and allow time for commercial vehicles to reach their destinatio n by driving designated routes at posted speed limits through military installation. 4.6. Contractor Personnel: The Contractor shall provide all personnel necessary to perform all work required by the contract. All personnel shall be qualified, trained and appropriately licensed. The Contractor shall meet all requirements, shift schedules, and changes as may be required to assure prompt response to the requi rements of the contract. All persons utilized in the performance of the contract shall be employees of the Contractor and shall not be construed to be employees of the Government. All employees shall be LEGAL residents of the United States. All employees s hould be able to speak, read and understand English. All Contractor employees must obtain a favorable Government background check prior to performing work under this contract. In order to accomplish this background check, the Contractor shall, at least se ven (7) working days before the contract start date, provide the government a list of personnel consisting of the following information: Full name to include middle name; social security number; date of birth; race; and sex for each employee. Prior to a ne w employee performing work, the Contractor shall provide the government with the same information stated above. The Contractor shall not allow any person who receives an unfavorable background check, as determined by the Government, to perform work under t his contract. Failure of any employee to obtain a favorable background check does not relieve the Contractor of the requirement to perform all work in accordance with the terms of the contract. Employees, while on AZARNG locations, shall not in any way ref lect discredit upon AZARNG or the Department of the Army. 4.7. Identification of Contractor's Employees: The Contractor shall provide a listing of all personnel performing work under the contract. The list shall include the full name and work assignmen t of each employee and shall delineate line(s) of authority and responsibility. The Contractor shall notify the government in writing of any addition or deletion of personnel or change in employee work assignments at least one Government work day prior to such addition, deletion, or change. Each Contractor employee shall wear a visible, Contractor furnished identification badge or card which shall include, as a minimum, the full name and signature of the employee, a picture of the employee and the legal na me under which the Contractor is doing business under the contract. Any lost or stolen badges shall be reported to the government immediately. A sample Contractor's identification badge or card shall be submitted to the Contracting Officer for approval pri or to the start of the contract and at least 10 calendar days prior to any change to the format of the badge or card. While on the military installation or any other Government installation, all Contractor employees shall wear their identification badge or card on the chest portion of the exterior garment while performing any duties pursuant to the contract. 4.8. Performance of Service during Crisis or Heightened Security: In the event of crisis or heightened security caused by a national emergency, n atural disaster, or other causes, continued performance will be as directed by The Director of Public Works, as necessary, in support of the Army National Guard mission. The contract price and delivery schedule may be adjusted to reflect any increase or ch ange of work that may be directed. 4.9. Interacting with Government Personnel and other Contractors: 4.9.1. Interacting with Government Operations: Contractor will not unduly interfere with regularly scheduled Government operational activities in t he performance of contract requirements. In the event a Government supervisor so requests, temporarily cease work in the area and report the instructions, to include name of the Government person involved, to the POC immediately by the most expedient means . The Contractor shall coordinate with building occupants in advance to eliminate interference or interruption while contract services are being performed. 4.9.2. Disputes with Customers or Other Government Contractors: The Contractor shall verbally notify the government of unresolved disputes in receiving support from or providing support to customers or other contractors within two (2) hours from the time the dispute occurs and follow-up in writing within two (2) work days. 4.10. Safety Requirements and Reports: The Contractor shall perform work in a safe manner and comply with OSHA and EM 385-1-1, Safety and Health Requirements, Department of the Arm y, Project Manager of Engineers, 1996. EM 385-1-1 is available at http:// www.usace.army.mil/inet/usace-docs. 4.10.1. Accident and Damage Reports: The Contractor shall provide a verbal report to the government as soon as possible but not later than fou r (4) hours after each occurrence of damage to Government property or an accident resulting in death, injury, occupational disease, or adverse environmental impact. The Contractor shall provide a completed copy of required Accident Investigation Reports to the government within five (5) calendar days of each occurrence. The Contractor shall comply with OSHA and EM385-1-1, Section 1, for reporting of all accidents. 4.10.2. Accident and Damage Report Forms: Where specific OSHA or EM 385-1-1 forms are no t required, the Contractor may use forms of their own design. 4.11. Environmental Requirements: 4.11.1. The Contractor shall provide a written environmental plan detailing services to be provided and how the Contractor shall comply with Army Nation al Guard Environmental Policies with their service delivery plan. This plan shall be submitted to the Government for approval within 30 calendar days after contract award. In addition to all applicable federal, state, and local regulations, the following s pecific guidance is provided: AZARNG Policy Number 21, Environmental Management System (EMS), 32 CFR Part 6 51, Environmental Analysis of Army Actions. Best Management Practices, where applicable, shall be identified and implemented to offset adverse envir onmental impacts. These practices are available for viewing at the Facilities Management Office, Environmental Section, 5636 E. McDowell Rd, Phoenix, AZ. 4.11.2. The Contractor shall be familiar with the Army National Guards environmental policy and s hall ensure that this information is considered and incorporated into this project. 4.12. Management of Hazardous Material and Hazardous Waste: 4.12.1. The Contractor will comply with hazardous material and hazardous waste requirements found in Fa cilities Management Office Environmental if applicable. 4.12.2. In addition to all applicable Federal, State, and local regulations, the following specific guidance applies: 32 CFR Part 651, Environmental Analysis of Army Actions. These practices a re available for viewing at the Facilities Management Office, Environmental Section, 5636 E McDowell Rd, Phoenix, AZ. 4.12.3. The Contractor shall not pick up items that may contain refrigerants, weapons, hazardous materials, hazardous waste, oils, ba tteries, ammunition (ammo), ammo boxes, or brass. The Contractor shall notify LTC Patricia Sutherland at 602-267-2838 or email particia.sutherland@us.army.mil for ammo and ammo boxes if found. 4.12.4. The Contractor is responsible for all costs (includ ing waste management costs), spill response and cleanup of all spills from Contractor operated or owned vehicles and equipment used to perform the activities associated with this contract. The Contractor shall follow the current policy and procedures for r eporting spills, including the requirement to immediately notify the Facilities Management Office Environmental. 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and five (5) references to include past experience with military/government contracts. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESEN TATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CO NDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary wr itten notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. (End of clause) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.2 22-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; QUOTES ARE DUE for th is combined synopsis /solicitation on March 31, 2008 at 2:00 PM local time and shall be delivered by the specified time to the USPFO for Arizona, 5645 E. McDowell Rd, Bldg 5800, RM 106, Phoenix, AZ 85008, ATTN Contracting Office. Facsimile Quotations are not acceptable. No oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company official. All questions regarding this solicitation should be faxed to J. Sharlene Alexis, 602-267-2840. Email questions are acceptable at janet.alexis@us.army.mil. END OF COMBINED SYNOPSIS SOLICITATION.
 
Place of Performance
Address: USPFO for Arizona 5645 East McDowell Road, Phoenix AZ
Zip Code: 85008-3442
Country: US
 
Record
SN01511764-W 20080221/080219223924 (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.