Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

S -- Solid Waste Removal Services at Navy Operational Support Center - Houston, TX

Notice Date
9/9/2008
 
Notice Type
Presolicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 902 P. O. Box 30 Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N69450RCWASTE
 
Response Due
9/16/2008
 
Archive Date
10/3/2008
 
Point of Contact
Andrew Miller 904-542-6806 Andrew L MillerContract SpecialistNAVFAC SE - IPT Gulf CoastP.O. Box 30, Bldg 903NAS Jacksonville, FL 32212Tel: (904) 542-6806Fax: (904) 542-6349andrew.miller8@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION No. N69450RCWASTE CONTRACTING OFFICE: NAVFAC SE IPTGC P.O. BOX 30, BUILDING 903 NAS JACKSONVILLE, FL 32212 POINT OF CONTACT: ANDREW L MILLER. (904) 542-6806 or fax at (904) 542-6349; e-mail to andrew.miller8@navy.milTHIS 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. THIS SOLICITATION DOCUMENT AND INCORPORATED PROVISION AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-26 AND CLASS DEVIATION 2005-00001, DEFENSE ACQUISITION CIRCULAR (DAC) 91-13 CORRECTION. THE SOLICITATION WILL BE ISSUED ON THE NECO WEBSITE: WWW.NECO. NAVY.MILSOLICITATION# : N69450RCWASTE - Solid Waste Removal Service at Navy Operational Support Center - Houston Texas is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. Offerors shall provide quotes for all items or services listed - multiple awards under this solicitation are not authorized.This acquisition is being advertised full and open for unrestricted competition. The North American Industry Classification System (NAICS) code is 562111 with a small business size standard of $12.5M. QUOTES ARE DUE NOT LATER THAN 16 SEP 2008 @ 2:00 P.M. EST.All qualified sources interested in this requirement should submit proposals to the above point of contact. PERIOD OF PERFORMANCE/DELIVERY: One (1) Basic Year, with One (1) Option Year. LINE ITEM DESCRIPTION: The contractor shall furnish all labor, transportation, equipment, materials, supplies, and supervision necessary to perform the collection and disposal of garbage, refuse, and trash in accordance with collection schedule in the attached statement of work.Pricing for CLIN 0001 - 12 months services for the period 03 OCT 2008 to 02 OCT 2009 __________Option Pricing for CLIN 0002 - 12 months services for the period 03 OCT 2009 to 02 OCT 2010 __________FOB: DestinationTYPE OF CONTRACT AWARD: Firm Fixed PriceThe following clauses are applicable.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): http://farsite.hill.af.mil/1.52.212-1, Instructions to Offerors-Commercial Items. 2.52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Price Related Factors, Delivery 3.52.212-3, Offeror Representations and Certifications-Commercial Items.An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov4.52.212-4, Contract Terms and Conditions-Commercial Items. 5.52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following checked clauses apply: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965 6. 52.228-5, Insurance -- Work on a Government Installation7.52.233-4, Applicable Law for Breach of Contract Claim.8.52.237-2, Protection of Government Buildings, Equipment, and Vegetation9.252.204-7004, Required Central Contractor Registration. All respondent offerors must be registered in www.ccr.gov in order to be eligible for contract award.10.252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.11.52.222-42, Statement of Equivalent Rates for Federal Hires - Not Applicable 12.52.217-8, Option to Extend Services; Fill in: 30 calendar days written notice.13.5252.217-9301 OPTION TO EXTEND THE TERM OF THE CONTRACT - SERVICES (a) The Government may extend the term of this contract for a term of one (1) to twelve (12) months by written notice to the Contractor within the performance period specified in the Schedule; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend 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 provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 months.14.52.232-18, Availability of Funds - funding for this contract is contingent upon receipt of FY 2009 funds on or after 01 OCT 2008. The contractor shall not begin performance of services until advised by the Contracting Officer that funding has been made available. APPLICABLE WAGE DETERMINATION NO: 05-2515 REV (7) AREA: TX, HOUSTON Statement of Work:l. GENERAL DESCRIPTION. The Contractor shall furnish all labor, transportation, equipment, materials, supplies, and supervision necessary to perform the collection and disposal of garbage, refuse, and trash in accordance with collection schedule. 2. LOCATION. Services shall be performed at the Navy Operations Support Center, 1902 Old Spanish Trail, Houston, TX. 3. EXAMINATION OF PREMESIS. SK1 Fernando Isip, (713) 795-5202 x143, or SK3 John McDuffie, (713) 795-5202, are the points of contact at the center. They can be reached during normal working hours of 8:00 AM to 4:00 PM. 4. SCHEDULE OF WORK. Services shall be conducted during normal working hours are, except for specific variations prescribed herein. If the Contractor desires to carry on work outside of regular working hours, he may submit application to the Contracting Officer for approval. 5. TECHNICAL REQUIREMENTS. Garbage, refuse, and trash include the following: 5.1. Residential Debris: Kitchen waste, paper, rags, cloth, cans, bottles, boxes, cartons, crates, small household articles, and other materials discarded by the occupants of the buildings, excluding bulky items discussed below in paragraph 5.3. 5.2. Grounds Debris: Grass, tree branches not more than 3 inches in diameter and 6 feet in length, and other articles of similar character. 5.3. Building Debris: Office and miscellaneous trash excluding such materials as lumber or iron pipe exceeding 6 feet in length, concrete blocks, cement, acids, flammable liquids, explosives, dead animals, and other such similar materials or equipment of a weighty or bulky nature such as ice boxes, refrigerators, deep freezers, ranges, bed springs, sofas, water heaters, water tanks, and sinks. 6. CONTAINER. The Contractor shall provide (3) three (8) eight cubic yard containers. 7. SCHEDULE OF WORK. The containers shall be emptied during normal working hours of 7:00 A.M. to 4:00 P.M., Monday through Friday. Collections shall be made from the pickup points or locations indicated below. 8. FREQUENCY/SCHEDULE. Items of work and frequency of accomplishment: 8.1 Location: Naval Operational Support Center, 1902 Old Spanish Trail, Houston, TX 77054 8.2 Number of Containers: 3 8.3 Number of Pickups Per Week: 2, Mondays and Fridays 9. REMOVAL AND DISPOSAL. Garbage and trash will not be segregated. The "contents" of the containers including all garbage, refuse, and trash inside, resting upon, or in the immediate vicinity of the container, and that which might be spilled by collectors during the current pickup shall be thoroughly and completely collected. 9.l. Garbage and trash shall be removed and disposed of outside Government premises. The disposal method shall be in accordance with local, state, and Federal Government health and sanitation codes and regulations. The Contractor shall provide to the Government a copy of the disposal permit showing that the sanitary landfill is an approved land site, or shall provide written documentation and approval of suitability of other final disposal methods. All fees associated with the disposal are the responsibility of the Contractor. Sanitary landfills and other disposal methods shall be operated in accordance with current and future requirements of the Federal Solid Waste Disposal Act, PL 89 272, as amended by PL 94 580, Resource Conservationand Recovery Act of l976, or the State law governing solid waste disposal, whichever is more stringent. The Contractor shall file application for and obtain all permits and licenses required by state or local agencies for the performance of the work under this contract. 9.2. In instances where federal, state, or local standards do not exist, and if a sanitary landfill is used for disposal of solid waste, the sanitary landfill shall be operated in accordance with U. S. Environmental Protection Agency Publication WS 65ts, l972, "Sanitary Landfill Design and Operation". The publication is available from the Superintendent of Documents, U. S. Government Printing Office, Washington, D.C. 20402.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0fb63c4eb395bd6f661558a95a95f897&tab=core&_cview=1)
 
Record
SN01664801-W 20080911/080909222742-5954ff5d1c946a8f312837bcefff03f5 (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.