Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

S -- Landfill Services, Yellowstone National Park

Notice Date
2/9/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1576090023
 
Response Due
2/23/2009
 
Archive Date
2/9/2010
 
Point of Contact
Andy H. Fox Contract Specialist 3073442149 andy_fox@nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
Landfill ServicesYellowstone National Park2/9/09 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #Q1576090023. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 562212; Small business size standard: $12.5 Million. The proposed contract is not set-aside for small business concerns. All responsible business concerns may submit a quotation which shall be considered by the NPS. The anticipated award date is approximately the beginning of March, 2009. Address questions regarding this solicitation to Andy Fox at andy_fox@nps.gov or 307-344-2149. 2) STATEMENT OF WORK: The contract will include disposal Class III - Light Construction Materials, Class IV - Heavy Construction Materials, and Mobile Homes - sizes up to 14 ft. X 80ft. Class III Light Construction Materials will be typically composed of construction debris, which will include blowable and non-blowable items, as well as a variety of scrap materials. Class IV Heavy Construction Materials will be typically composed of concrete, concrete with re-bar, bricks, timber beams, and CCA treated lumber. The NPS has determined that due to transportation costs and environmental issues the landfill facility should be located no more than 115 miles (one-way distance) from Yellowstone National Park's (YNP) headquarters in Mammoth Hot Springs, WY. All of the waste will be non-hazardous, non-flammable, and shall have no substantial re-sale value. YNP personnel will transport the waste to the landfill facility, year round, in 75 yard compactor trailers as well as collection trucks directly without using compactor trailers. The contractor's facility shall be registered with the state and shall adhere to all federal and state solid waste regulations. The landfill shall be accessible to YNP personnel, Monday - Friday from 8:00 am to 4:00 pm, excluding Federal holidays. The facility shall become the sole owner of all waste upon delivery to the landfill. It will then be the contractor's sole responsibility of disposing of the waste in a lawful and proper manner. Estimated Quantities: 250 tons of Class III Light Construction Materials, 380 tons of Class IV Heavy Construction Materials, and 8 Mobile Homes sizes of up to 14 ft. X 80 ft. Anticipated Period of Performance: 3/1/09 - 9/30/09. Proposed Contract Type: Firm fixed price contract with unit pricing. Submittals: The contractor shall submit a state operating license or permit prior to commencing services. Also, the contractor shall weigh all waste received from YNP and shall provide the YNP transport driver a validated tare-weight ticket. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2005-29 Amendment 1, dated January 14, 2009. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful Quoter shall complete and submit the provision to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-44, 52.222-50, 52.225-13, and 52.232-33. Clause 52.222-41, Service Contract Act of 1965, applies to this acquisition. The applicable wage determinations which are applicable to this acquisition can be downloaded from the following website: http://www.wdol.gov/sca.aspx#0. Enter the information for what State the landfill is located in; what County the landfill is located in; answer this question, "were these services previously performed at this locality under an SCA-Covered contract"; answer this question, "are the contract services to be performed listed below as Non-Standard Services". Quoters may also obtain a copy of the wage determination by sending a written request to andy_fox@nps.gov. If in the performance of this contract the contractor employs any class of service employee which is not listed within the wage determination then they shall follow the conformance procedures as indicated in subsection (c) of clause 52.222-41. Clause 52.222-42, Statement of Equivalent Rates for Federal Hires, applies to this acquisition. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:It is not a Wage Determination Employee ClassMonetary Wage - Fringe BenefitRefuse Collector$16.11 $8.06 4) PROPOSAL: Solicitation: Q1576090023, Landfill Services, Yellowstone National ParkDue: 2:00 pm Mountain Time, Friday, February 23, 2009Submit to: E-mail: andy_fox@nps.gov or Fax: 307-344-2079. Proposal contents: (a) Completed clause 52.212-3 as noted above, (b) Acknowledgement of all amendments: Amendments will be listed on www.fbo.gov; enter the solicitation number "Q1576090023" in the quick search block, (c) Offeror information noted below, and (d) complete price schedule noted below. DATE: ___________________________________________________________________________________________; CONTRACTOR: ___________________________________________________________________________________________; ADDRESS: ___________________________________________________________________________________________; DUNS Number: ___________________________________________________________________________________________; Contact Name: ___________________________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail:_____________________________________________________________________________________; General Line Item Notes:1. Quoters shall submit a price for all line items; failure to do so may render the quote unacceptable.2. The Government reserves the right to award any or all of the line items at the time of contract award.3. Quoters acknowledge that estimated quantities are not guaranteed, and are solely for the purpose of quote evaluation, and final payment for all Unit Price items will be based on actual quantities, determined as provided in the Contract Documents.4. The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer. Line Items: Line Item #: 1, Class III - Light Construction Materials, Quantity: 250 tons, Unit Price: $________________ Total Cost: $______________________ ; Line Item #: 2, Class IV - Heavy Construction Materials, Quantity: 380 tons, Unit Price: $________________ Total Cost: $_____________________ ; Line Item #: 3, Mobile Homes, Quantity: 8 each, Unit Price: $_________________ Total Cost: $_____________________ ;
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f6900c0112f155256af29d659110f92a&tab=core&_cview=1)
 
Place of Performance
Address: The NPS has determined that due to transportation costs and environmental issues the landfill facility should be located no more than 115 miles (one-way distance) from Yellowstone National Park's headquarters in Mammoth Hot Springs, Wyoming.<br />
Zip Code: 82190<br />
 
Record
SN01746953-W 20090211/090209220229-f6900c0112f155256af29d659110f92a (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.