Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

P -- WASTE COLLECTION

Notice Date
3/18/2009
 
Notice Type
Presolicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
01DZ02NNMC034CR
 
Archive Date
4/15/2009
 
Point of Contact
Laverna Harrison-Yazza,, Phone: 505/368-6087
 
E-Mail Address
laverna.harrison-yazza@ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This bid is set aside for Small Business - Buy Indian The following are the locations where solid waste disposal services will take place. The statement of work for each location is listed in the sequence listed below A, B, & C. These statement of work are provide by the facility/department requesting services. Make arrangement for a site vist if your not familiar with the locations before submitting. I included their telephone numbers of the person who will escort you. Upon award, service to begin upon receipt of the purchse order through September 30, 2009. Call me if you have any questions. 505/368-6087 A. Dzilth-Na-O-Dith-Hle Health Center, 6 Road 7586. Bloomfield, NM, 87413 - Contact person: Mr. Henry Paul at 505/368-6750 B. Northern Navajo Medical Center, HWY 491 N, Shiprock, NM 87420 - Contact person: Mr. Roy Clyde at 505/368-6152 C. Four Corners Regional Health Center, U.S. HWY 160, Navajo Route 35 Red Mesa, Teecnospos, AZ 86541 - Contact person: Mr. Rick Towles at 928/656-5044 _________________________________________________________________________ Start Statement of Work for the three locations A. Dzilth-Na-O-Dith-Hle Health Center, 6 Road 7586. Bloomfield, NM, 87413 - Contact person: Mr. Henry Paul at 505/368-6750 STATEMENT OF WORK WASTE DISPOSAL SERVICE The contractor shall provide all labor, materials, and transportation to perform the pick up and waste disposal services at the Dzilth-Na-O-Dith-Hle Health Center, Bloomfield, New Mexico. 1.The waste disposal services for the DZHC Health Center and 9 employee Government Housing Units to begin upon receipt of purchase order through September 30, 2009. 2.Waste disposal pick up are to be made every Monday by the Contractor. 3.Estimate waste load pickup from the Health Center is 2 containers of 8 cubic yards. 4.Estimate waste load pickup from the Government Housing Units is 1 container of 6 cubic yards. 5.The Health Center is required to comply with the regulations disposal of solid/hazardous waste only at an approved disposal site. 6.The contractor shall provide an original invoice to Dzilth-Na-O-Dith-Hle Health Center 6 Road 7586 Bloomfield, New Mexico 87413 including: Contractor’s name, purchase order number, invoice number, date, and total amount of cost. B. Northern Navajo Medical Center, HWY 491 N, Shiprock, NM 87420 - Contact person: Mr. Roy Clyde at 505/368-6152 STATEMENT OF WORK FY-2009 Solid Waste Refuse Collection And Disposal Northern Navajo Medical Center NOTE: if you need the maps please let me know so I can fax them you them. 1. Description of Services. The Contractor shall provide all labor, tools, transportation, material, equipment, and supervision to provide non-hazardous solid waste collection and disposal services for the Shiprock IHS Installation as described by this Statement of Work (SOW) with the focus on safety and customer service. The Contractor is encouraged and expected to use innovative approaches to efficiently and effectively accomplish SOW requirements. All questions concerning the operation of refuse collection and disposal services during the life of the contract shall be addressed through the PO to the Contracting Officer (CO). 1.1 Refuse Collection. 1.1.1. Collection. The Contractor shall collect and dispose solid waste as specified in Appendix A. The Contractor shall position containers at locations identified by the PO. The Contractor shall return the containers to their original locations in an upright, locked position with the lids closed after emptying. The Contractor shall immediately clean up any Contractor caused spills, debris, etc. after collecting refuse at a station. The Contractor is responsible for damage caused by his workforce and equipment to any property or equipment. The contractor will perform the majority of work with his/her own forces and equipment. 1.1.2. Follow-Up Collections. The contractor shall ensure that any missed collections are made up by the next business day. 1.1.3. Contractor Refused Collections. The Contractor shall call the PO by the end of the business day to explain why items not in accordance to the contract were not collected. 1.2. Refuse Disposal. 1.2.1. On-Site Disposal. No on-site disposal is available to the Contractor. 1.2.2. Off-Site Disposal. The Contractor shall transport and dispose all solid waste at a state or federal permitted disposal site selected by the Contractor. The Contractor shall be responsible for all permits and fees associated with the use of off-site disposal locations, including disposal fees. The Contractor shall provide a copy of the disposal facility’s operating permit to the CO prior to the contract start date. If the Contractor chooses to use more than one disposal facility, a copy of each facility’s operating permit shall be provided to the CO. 1.3. Refuse Vehicle Operation. Non-hazardous solid waste collection vehicles are allowed on site solely for the purpose of collecting non-hazardous solid waste and collection container relocation. These vehicles shall not be parked anywhere on site without the prior permission of the CO. Trucks and trailers used for collecting and transporting refuse shall be maintained to reasonably minimize the odor, dirt, debris, and pests. 1.4. Vehicle Routes and Collection Schedules. The Contractor shall establish vehicle routes and collection schedules to meet the requirements of Appendix A. Routes and schedules shall be submitted to the CO for approval five (5) calendar days prior to start of contract performance. Any changes in routes/schedules shall be submitted to the CO. The Contractor shall immediately notify the PO of any condition that may interrupt the regularly schedule of performance such as disposal sites backed up, delays due to vehicle breakdowns, or containers blocked by parked vehicles or excess solid waste. 1.4.1. Contractor Operating Hours. The contractor shall establish a refuse collection schedule so that collection operations will be as follows: Collections shall be made between the hours of 0600 to 1700 hours, Monday through Friday. Collections outside these hours shall require prior approval of the CO. 1.4.2. Inclement Weather Schedule. The Contractor shall collect refuse during periods of inclement weather. In the case of severe weather, the CO may authorize exceptions. When exceptions are granted, the Contractor shall accomplish all collections for each day missed to make up all missed collections within twenty-four (24) hours after the severe weather has terminated. In the event missed collections cannot be accomplished within 24 hours, the contractor shall submit a revised schedule to the PO. Rescheduling to provide makeup collections shall not be a basis for a claim by the contractor for additional compensation or permission to defer other regularly scheduled collections. 1.4.4 Severe Weather Schedule. The Contractor shall treat the Shiprock IHS Installation as a preferred customer providing services upon notification from site personnel or as weather conditions allow in order to restore site order as quickly as possible. 1.5. Container Maintenance. Contractor furnished containers shall be maintained to ensure the containers are reasonably free of unpleasant odors, dirt, debris, and pests. All containers must remain in good and workable condition to avoid wastewater contamination and spillage. Containers must be easily accessible to customers. Contractor may make minor repairs and perform routine container cleaning/disinfecting in place. All wastewater shall be collected in the container and any spillage must be avoided. 1.5.1. Minor Maintenance. Shall include spray disinfecting, adjusting, ordinary lubrications, tightening of nuts and bolts, and preventive maintenance actions recommended by the equipment manufacturer. 1.5.2. Major Maintenance. Shall include repair of inoperable equipment, replacing components, parts, dumpster lids, handles, hinges, etc. 1.5.3. Repair Parts. The Contractor shall furnish all replacement parts. Quality of parts shall be equal to or better than the parts in the equipment when the equipment was furnished on site. 1.6. Container Sanitation/Painting. The Contractor shall perform more stringent cleaning, major repairs and maintenance, and all painting tasks off site. 1.7. Relocation of Dumpsters. The Contractor may be required to relocate dumpsters at the direction of the PO. The Contractor shall pick up and deliver these containers within 48 hours after notification from the PO. Reimbursement for relocation shall be IAW this contract. 2. Service Delivery Summary. The Service Delivery Summary (SDS) captures the service requirements that can be measured and are considered to be High Risk and Critical operational requirements. The SDS includes Performance Objectives that describe the desired end result or outcome the Contractor shall achieve. The Performance Thresholds states the minimum acceptable level of the performance in terms of quality, timeliness, and quantity in realistic and achievable standards. These thresholds are critical to mission success. The SOW paragraphs reference the details of the Performance Objective in the SOW. Performance ObjectiveSOW Para.Performance Threshold Refuse collections are accomplished IAW approved contract established schedules. Containers are emptied and returned to original position with lids closed. Contractor has picked up all refuse and area is free of refuse.1.1.1., 1.4 and all sub- paragraphsHIGH RISK No more than 2 customer complaints are submitted per month. Refuse is transported in refuse vehicles and disposed at a permitted off-site disposal site to ensure compliance with existing local, state, federal, and environmental rules, regulations and requirements. 1.2. CRITICAL No violations submitted by the State Department of Health or Environment Department are allowed Maintain equipment in good workable condition. Perform painting and cleaning requirements. Trucks should be washed and free of odors, and fluid leaks.1.5.and Appendix D.HIGH RISK No more than 4 customer complaints are submitted per month. Responds to customer follow-up collections and customer complaints to ensure good customer service and solid contractor quality control.1.1.4. HIGH RISK No more that 5 customer complaints are submitted per month. Furnish all containers in sizes and quantities specified. Provide back-up containers as required.Appendix D HIGH RISK No more that 4 customer complaints are submitted per month. 3. Government Furnished Property and Services. See Appendix C. 4. General Information. 4.1. Site Hours of Operation. The site hours of operation are 0800 to 1630 hours, Monday through Friday. 4.2. Contractor Personnel. The contractor shall not employ persons for work on this contract, if such employees are identified to the contractor by the CO, as a Potential threat to health safety, security, general well being, or operational mission of the installation and its population. All servicing employees shall be U.S. Citizens, or legal aliens who possess a form I-551 Permanent Resident Card. The contractor shall ensure employees possess drivers licenses required to perform refuse services. Where reading, understanding and discussing safety and environmental warnings are an integral part of a contract employee’s duties, that employee will be able to read, write, speak, and understand English. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company and employee name. 4.2.1. Contract Manager. The contractor shall identify to the CO and PO, the individual who will be responsible for the performance of the work. The name of this person and an alternate or alternates who shall act for the contractor when the manager is absent shall be designated in writing prior to the contract start date. The contractor shall provide to the CO and PO, the names and phone/pager numbers of the contract manager and alternate(s) for normal operating hours and for after business hours including nights, weekends, and holidays. This information will be kept updated by the contractor whenever personnel changes occur. 4.2.1.1. The contract manager shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 4.2.1.2. The contract manager shall be available during normal duty hours within forty-eight hours to meet on the installation with government personnel (designated by the CO) to discuss problem areas. 4.2.1.3. The contract manager and/or his designated representative must be able to read, write, speak, and understand the English language. 4.3. Quality Control. The Contractor shall develop a quality control program to identify, prevent, and ensure non-reoccurrence of defective services. Through implementation of the Contractor’s Quality Control program and procedures, the Government shall receive quality services meeting the requirements of the contract. The Contractor shall submit a copy of his Quality Control plan to the CO for acceptance within fourteen (14) calendar days prior to start of contract performance. 4.4. Notification of Environmental Spills. In the event that the Contractor spills, discharges or releases any pollutant into the environment, the Contractor shall immediately report the incident to the Shiprock Fire Department, thru the Navajo Police Department at 505-368-1350. This phone number is available seven days a week. The Contractor shall be liable for the costs of clean up and remediation of any spills, discharges or the releases of such substance into the environment while performing work on the Shiprock Installation. 4.4.1. Environmental Spill Plan. The Contractor’s method of clean up shall be submitted, in writing, to the CO and approved 14 days prior to start of the contract performance. 4.4.1.1. The spill shall be cleaned up within three hours from the time of the spill. The methods the Contractor uses for cleanup and disposal must comply with all Federal, State, and local regulations and protocols. 4.4.1.2. Completed manifests shall be provided to the CO within 60 days after disposal. 5. Contractor-Furnished Items and Services. See Appendix D. Except for those items or services specifically stated in Appendix C as Government furnished, the Contractor shall furnish everything needed to perform this contract according to all its terms and conditions. 6. APPENDICES A. Station Collection Table B. Maps and Work Area Layouts C. Government-Furnished Property and Services D. Contractor Furnished Property/Services/Equipment E. Definitions 7. NIH Evaluation Form Appendix A Station Collection Table Collection PointContainer TypePickup Frequency NNMC30 cubic yard, self contained compactorOne time a week, preferably on Monday West WingEight cubic yardOne time a week, preferably on Tuesday Trailer CourtEight cubic yardOne time a week, preferably on Tuesday SR2022Eight cubic yardOne time a week, preferably on Tuesday SR1208Eight cubic yardOne time a week, preferably on Tuesday SR1209Eight cubic yardOne time a week, preferably on Tuesday SR2023Eight cubic yardOne time a week, preferably on Tuesday SR2027Eight cubic yardOne time a week, preferably on Tuesday Houses, 25 each90 gallonTwice a week, preferably Tuesday and Friday Appendix B Maps and Work Area Layouts Maps and work area layouts This appendix includes maps of the collection station locations for containers on site. Refer to drawings A.1-3 attached to this SOW for station locations. Appendix C Government-Furnished Property and Services 1.Government-Furnished Facilities/Areas. None 2.Government-Furnished Equipment and Materials. The government shall provide twenty-five 90-gallon containers. The government shall provide padlocks if dumpster and compactor locking mechanisms require padlocks. 3.Government-Furnished Services. The government shall provide electricity for the self-contained compactor. Available voltages are 208 and 480 volts. The government shall only provide service to the service switch. The contractor is responsible for connecting electric service from the service switch to the compactor Appendix D Contractor-Furnished Property/Services/Equipment 1. The Contractor shall furnish all personnel, vehicles and equipment required to perform requirements stated herein. The Contractor shall furnish all containers and roll-offs in the sizes and locations as listed in Appendix A. All containers provided by the Contractor shall be Government approved and IAW this SOW. The Contractor shall provide containers IAW specifications listed below. In the event, different containers or subsequent containers are required during the course of the contract, the Contractor will be advised of the type, size and number. 2. Quality Standards for Contractor Furnished Equipment, Tools, Materials and Supplies. The government may inspect the Contractor’s equipment or refuse containers at any time and direct the removal of any items not meeting contract specifications. The Contractor shall replace items failing to meet required standards, at Contractor Expense. 2.1. Contractor-Furnished Vehicles. The Contractor shall provide and maintain refuse collection type vehicles to perform this contract. Vehicles shall be maintained and cleaned to present a neat, professional appearance. All vehicles shall be registered, licensed, insured, and operated IAW traffic regulations. All vehicles used in the performance of this contract shall be in operable condition and meet state, and federal safety requirements. Vehicles found to be unsafe and unable to function as designed, shall be removed from the installation and replaced at Contractor’s expense. Vehicular repairs shall not be done on site. The CO or his designated representative may inspect the Contractor’s vehicles at any time and direct the removal of any unsafe or objectionable vehicle from the installation. 2.2. Contractor-Furnished refuse Containers. The Contractor shall provide a thirty cubic yard self-contained compactor and all refuse containers necessary to perform this contract. The Contractor will provide all equipment needed to operate the compactor including, a hydraulic power unit, electric wiring, and hydraulic lines. The number, size, and location of the containers listed in Appendix A. All dumpsters and the compactor shall have locking mechanisms. The dumpsters shall have an industry standard automatic locking mechanism that swings away when the container in emptied by the trash removal vehicle. 2.2.1. Refuse Container Painting. Containers furnished by the Contractor shall be painted brown, tan, green or black. The Contractor will repaint containers as required and will match the approved color scheme. 3. Insurance: The Contractor shall maintain a General Liability insurance policy in the amount of $200,000 during the life of this contract. The contractor will provide a copy of the insurance policy to the contracting officer not later than five (5) calendar days prior to start of contract performance. Appendix E Definitions Collection Station. The locations designated on Appendix A and on the site map where refuse may be conveniently and efficiently assembled and stored for the purpose of refuse collection. Container. A solid waste leak and rodent proof receptacle with closely fitting operational lid. Contaminant. Any material found in a refuse station container that is not specifically designated for that receptacle. Disposal Fee. A fee, usually dollars per ton or cubic yard, charged for the unloading or dumping of waste at a landfill, transfers station, material recovery facility, or waste-to-energy facility. Hazardous Waste. Any material identified in the 40 CFR, Part 261.30 or state statute but not in quantities small enough to be purchased for administrative use. Hazardous waste requires special handling during collection, storage, transportation, and disposal and is excluded from this SOW. Project Officer (PO). The PO is the authorized representative of the CO for the purpose of performing inspection and acceptance of the services rendered under the contract contemplated hereby. The contractor will be notified in writing of the individuals(s) appointed as PO after award of contract. Self-contained Compactor. An integral compactor head and collection bin unit. The contractor is required to unplug the unit and transport the compactor/bin to the disposal site to empty the unit. Solid Waste. Includes all non-hazardous commercial and industrial waste, food waste, and other similar non-hazardous waste material intended for disposal. Does not include contaminated waste from medical processes. Also excludes recyclable materials source separated from the waste stream specifically for recycling. C. Four Corners Regional Health Center, U.S. HWY 160, Navajo Route 35 Red Mesa, Teecnospos, AZ 86514 - Contact person: Mr. Rick Towles at 928/656-5044 STATEMENT OF WORK SOLID WASTE COLLECTION AND DISPOSAL FOUR CORNERS REGIONAL HEALTH CENTER 1. DESCRIPTION OF SERVICES. The Contractor shall provide all labor, tools, transportation, material, equipment, and supervision to provide non-hazardous solid waste collection and disposal services for the Red Mesa IHS Installation as described by this Statement of Work (SOW) with the focus on safety and customer service. The Contractor is encouraged and expected to use innovative approaches to efficiently and effectively accomplish SOW requirements. All questions concerning the operation of refuse collection and disposal services during the life of the contract shall be addressed through the Project Officer to the Contracting Officer (CO). 1.1 REFUSE COLLECTION. 1.1.1. COLLECTION. The Contractor shall collect and dispose solid waste as specified in Appendix A once weekly, except the 20 cubic yard open top bin, which shall be collected and disposed within 24-hours of a call-in request from the 4CRHC project officer. The Contractor shall position containers for easy access to the customers and to minimize interference with adjacent parking areas, sidewalks, roadways, overhead utilities, and other potential obstructions identified by the project officer. The Contractor shall return the containers to their original locations in an upright position with the lids closed after emptying. The Contractor shall immediately clean up any spills, debris, etc. caused by the Contractor after collecting refuse at a station. The Contractor is responsible for damage caused by his workforce and equipment to any structures. Collection locations are listed in Appendix A. The contractor will perform the majority of work with his/her own forces and equipment. 1.1.2. FOLLOW-UP COLLECTIONS. The contractor shall ensure that any missed collections are made up by the next business day. 1.1.3. Contractor Refused Collections. The Contractor shall call the Project Officer by the end of the business day to explain why items not in accordance to the contract were not collected. 1.2. REFUSE DISPOSAL. 1.2.1. ON-SITE DISPOSAL. No on-site disposal is available to the Contractor. 1.2.2. OFF-SITE DISPOSAL. The Contractor shall transport and dispose all solid waste at a state or federal permitted disposal site selected by the Contractor. The Contractor shall be responsible for all permit or fees associated with the use of off-site disposal locations, including disposal fees. A copy of the disposal facility’s operating permit shall be provided to the CO prior to the contract start date. If the Contractor chooses to use more than one disposal facility, a copy of each facility’s operating permit shall be provided to the CO. 1.3. REFUSE VEHICLE OPERATION. Non-hazardous solid waste collection vehicles are allowed on site solely for the purpose of collecting non-hazardous solid waste and collection container relocation. These vehicles shall not be parked anywhere on site without the prior permission of the CO. Trucks and trailers used for collecting and transporting refuse shall be maintained to reasonably minimize the odor, dirt, debris, and pests. 1.4. Vehicle Routes and Collection Schedules. The Contractor shall establish vehicle routes and collection schedules to meet the requirements of Appendix A. Routes and schedules shall be submitted to the CO for approval five (5) calendar days prior to start of contract performance. Any changes in routes/schedules shall be submitted to the CO. The Contractor shall immediately notify the Project Officer of any condition that may interrupt the regularly schedule of performance such as disposal sites backed up, delays due to vehicle breakdowns, or containers blocked by parked vehicles or excess solid waste. 1.4.1. CONTRACTOR OPERATING HOURS. The contractor shall establish a refuse collection schedule so that collection operations will be as follows: Collections shall be made between the hours of 0600 to 1700 hours, Monday through Friday. Collections outside these hours shall require prior approval of the CO. 1.4.2. INCLEMENT WEATHER SCHEDULE. The Contractor shall collect refuse during periods of inclement weather. In the case of severe weather, the CO may authorize exceptions. When exceptions are granted, the Contractor shall accomplish all collections for each day missed to make up all missed collections within twenty-four (24) hours after the severe weather has terminated. In the event missed collections cannot be accomplished within 24 hours, the contractor shall submit a revised schedule to the Project Officer. Rescheduling to provide makeup collections shall not be a basis for a claim by the contractor for additional compensation or permission to defer other regularly scheduled collections. 1.4.4 SEVERE WEATHER SCHEDULE. The Contractor shall treat the Shiprock IHS Installation as a preferred customer providing services upon notification from site personnel or as weather conditions allow in order to restore site order as quickly as possible. 1.5. CONTAINER MAINTENANCE. Contractor furnished containers shall be maintained to ensure the containers are reasonably free of unpleasant odors, dirt, debris, and pests. All containers must remain in good and workable condition to avoid wastewater contamination and spillage. Containers must be easily accessible to customers. Contractor may make minor repairs and perform routine container cleaning/disinfecting in place. All wastewater shall be collected in the container and any spillage must be avoided. 1.5.1. Minor Maintenance. Shall include spray disinfecting, adjusting, ordinary lubrications, tightening of nuts and bolts, and preventive maintenance actions recommended by the equipment manufacturer. 1.5.2. Major Maintenance. Shall include repair of inoperable equipment, replacing components, parts, dumpster lids, handles, hinges, etc. 1.5.3. Repair Parts. The Contractor shall furnish all replacement parts. Quality of parts shall be equal to or better than the parts in the equipment when the equipment was furnished on site. 1.6. Container Sanitation/Painting. The Contractor shall perform more stringent cleaning, major repairs and maintenance, and all painting tasks off site. 1.7. RELOCATION OF DUMPSTERS. The Contractor may be required to relocate dumpsters at the direction of the Project Officer. The Contractor shall pick up and deliver these containers within 48 hours after notification from the Project Officer. Reimbursement for relocation shall be IAW this contract. 2. SERVICE DELIVERY SUMMARY. The Service Delivery Summary (SDS) captures the service requirements that can be measured and are considered to be High Risk and Critical operational requirements. The SDS includes Performance Objectives that describe the desired end result or outcome the Contractor shall achieve. The Performance Thresholds states the minimum acceptable level of the performance in terms of quality, timeliness, and quantity in realistic and achievable standards. These thresholds are critical to mission success. The SOW paragraphs reference the details of the Performance Objective in the SOW. Performance ObjectiveSOW Para.Performance Threshold Refuse collections are accomplished IAW approved contract established schedules. Containers are emptied and returned to original position with lids closed. Contractor has picked up all refuse and area is free of refuse.1.1.1., 1.4 and all sub- paragraphsHIGH RISK No more than 2 customer complaints are submitted per month. Refuse is transported in refuse vehicles and disposed at a permitted off-site disposal site to ensure compliance with existing local, state, federal, and environmental rules, regulations and requirements. 1.2. CRITICAL No violations submitted by the State Department of Health or Environment Department are allowed Maintain equipment in good workable condition. Perform painting and cleaning requirements. Trucks should be washed and free of odors, and fluid leaks.1.5.and Appendix D.HIGH RISK No more than 4 customer complaints are submitted per month. Responds to customer follow-up collections and customer complaints to ensure good customer service and solid contractor quality control.1.1.4. HIGH RISK No more that 5 customer complaints are submitted per month. Furnish all containers in sizes and quantities specified. Provide back-up containers as required.Appendix D HIGH RISK No more that 4 customer complaints are submitted per month. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. See Appendix C. 4. GENERAL INFORMATION. 4.1. Site HOURS OF OPERATION. The site hours of operation are 0800 to 1630 hours, Monday through Friday. 4.2. Contractor Personnel. The contractor shall not employ persons for work on this contract, if such employees are identified to the contractor by the CO, as a potential threat to health safety, security, general well being, or operational mission of the installation and its population. All servicing employees shall be U.S. Citizens, or legal aliens who possesses a form I-551 Permanent Resident Card. The contractor shall ensure employees possess drivers licenses required to perform refuse services. Where reading, understanding and discussing safety and environmental warnings are an integral part of a contract employee’s duties, that employee will be able to read, write, speak, and understand English. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company and employee name. 4.2.1. Contract Manager. The contractor shall identify to the CO and Project Officer, the individual who will be responsible for the performance of the work. The name of this person and an alternate or alternates who shall act for the contractor when the manager is absent shall be designated in writing prior to the contract start date. The contractor shall provide to the CO and Project Officer, the names and phone/pager numbers of the contract manager and alternate(s) for normal operating hours and for after business hours including nights, weekends, and holidays. This information will be kept updated by the contractor whenever personnel changes occur. 4.2.1.1. The contract manager shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 4.2.1.2. The contract manager shall be available during normal duty hours within forty-eight hours to meet on the installation with government personnel (designated by the CO) to discuss problem areas. 4.2.1.3. The contract manager and/or his designated representative must be able to read, write, speak, and understand the English language. 4.3. QUALITY CONTROL. The Contractor shall develop a quality control program to identify, prevent, and ensure non-reoccurrence of defective services. Through implementation of the Contractor’s Quality Control program and procedures, the Government shall receive quality services meeting the requirements of the contract. The Contractor shall submit a copy of his Quality Control plan to the CO for acceptance within fourteen (14) calendar days prior to start of contract performance. 4.4. NOTIFICATION OF ENVIRONMENTAL SPILLS. In the event that the Contractor spills, discharges or releases any pollutant into the environment, the Contractor shall immediately report the incident to the Shiprock Fire Department, thru the Navajo Police Department at 505-368-1350. This phone number is available seven days a week. The Contractor shall be liable for the costs of clean up and remediation of any spills, discharges or the releases of such substance into the environment while performing work on the Shiprock Installation. 4.4.1. Environmental Spill Plan. The Contractor’s method of clean up shall be submitted, in writing, to the CO and approved 14 days prior to start of the contract performance. 4.4.1.1. The spill shall be cleaned up within three hours from the time of the spill. The methods the Contractor uses for cleanup and disposal must comply with all Federal, State, and local regulations and protocols. 4.4.1.2. Completed manifests shall be provided to the CO within 60 days after disposal. 5. CONTRACTOR-FURNISHED ITEMS AND SERVICES. See Appendix D. Except for those items or services specifically stated in Appendix C as Government furnished, the Contractor shall furnish everything needed to perform this contract according to all its terms and conditions. 6. APPENDICES. A.Station Location Table B.Maps and Work Area Layouts C.Government-Furnished Property And Services D.Contractor Furnished Items and Services E.Definitions 7. NIH Evaluation form APPENDIX A STATION COLLECTION TABLE Collection PointContainer TypePickup Frequency 4CRHC 20-cubic yard bin Within 24 work hours of call in request Red Mesa Housing2 to 4 Eight cubic yard binsOne time a week, preferably on Friday. Number of bins will start at 2 and increase to 4 when more tenants move in. The bins will be equally divided between the two Collection Stations for Red Mesa Housing. APPENDIX B MAPS AND WORK AREA LAYOUTS MAPS AND WORK AREA LAYOUTS This appendix includes a map of the collection station locations for on-site containers. Refer to drawing B.1 attached to this SOW for the general location of the contract site, B.2 and B.3 for the station locations. Although not shown on the drawings, the facility is directly accessible from both Route 35 and Highway 160. APPENDIX C GOVERNMENT-FURNISHED PROPERTY AND SERVICES 1.GOVERNMENT-FURNISHED FACILITIES/AREAS. None 2.GOVERNMENT-FURNISHED EQUIPMENT AND MATERIALS. None Appendix D CONTRACTOR-FURNISHED PROPERTY/SERVICES/EQUIPMENT 1. The Contractor shall furnish all personnel, vehicles and equipment required to perform requirements stated herein. The Contractor shall furnish all containers and roll-offs in the sizes and locations as listed in Appendix A. All dumpsters shall have locking mechanisms. All containers provided by the Contractor shall be Government approved and IAW this SOW. The Contractor shall provide containers IAW specifications listed below. In the event, different containers or subsequent containers are required during the course of the contract, the Contractor will be advised of the type, size and number required. 2. Quality Standards for Contractor Furnished Equipment, Tools, Materials and Supplies. The government may inspect the Contractor’s equipment or refuse containers at any time and direct the removal of any items not meeting contract specifications. The Contractor shall replace items failing to meet required standards, at Contractor Expense. 2.1. CONTRACTOR-FURNISHED VEHICLES. The Contractor shall provide and maintain refuse collection type vehicles to perform this contract. Vehicles shall be maintained and cleaned to present a neat, professional appearance. All vehicles shall be registered, licensed, insured, and operated IAW traffic regulations. All vehicles used in the performance of this contract shall be in operable condition and meet state, and federal safety requirements. Vehicles found to be unsafe and unable to function as designed, shall be removed from the installation and replaced at Contractor’s expense. Vehicular repairs shall not be done on site. The CO or his designated representative may inspect the Contractor’s vehicles at any time and direct the removal of any unsafe or objectionable vehicle from the installation. 2.2. CONTRACTOR-FURNISHED REFUSE CONTAINERS. The Contractor shall provide all refuse containers necessary to perform this contract. The number, size, and location of the containers listed in Appendix A. 2.2.1. REFUSE CONTAINER PAINTING. Containers furnished by the Contractor shall be painted brown, tan, green or black. The Contractor will repaint containers as required and will match the approved color scheme. 3. INSURANCE: The Contractor shall maintain a General Liability insurance policy in the amount of $200,000 during the life of this contract. The contractor will provide a copy of the insurance policy to the contracting officer not later than five (5) calendar days prior to start of contract performance. Appendix E Definitions/abbreviations 4CRHC. Four Corner Regional Health Center COLLECTION STATION. The locations designated on Appendix A and on the site map where refuse may be conveniently and efficiently assembled and stored for the purpose of refuse collection. CONTAINER. A solid waste leak and rodent proof receptacle with closely fitting operational lid. CONTAMINANT. Any material found in a refuse station container that is not specifically designated for that receptacle. DISPOSAL FEE. A fee, usually dollars per ton or cubic yard, charged for the unloading or dumping of waste at a landfill, transfers station, material recovery facility, or waste-to-energy facility. HAZARDOUS WASTE. Any material identified in the 40 CFR, Part 261.30 or state statute but not in quantities small enough to be purchased for administrative use. Hazardous waste requires special handling during collection, storage, transportation, and disposal and is excluded from this SOW. IAW. IN ACCORDANCE WITH. PROJECT OFFICER. The Project Officer is the authorized representative of the CO for the purpose of performing inspection and acceptance of the services rendered under the contract contemplated hereby. The contractor will be notified in writing of the individuals(s) appointed as Project Officer after award of contract. SOLID WASTE. Includes all non-hazardous commercial and industrial waste, food waste, and other similar non-hazardous waste material intended for disposal. Does not include contaminated waste from medical processes. Also excludes recyclable materials source separated from the waste stream specifically for recycling. __________________________________________________________________________ --- Maps will be fax or email upon request. --- Vendor must abide by the Wage Determination under the Service Contract Act. directed the the Secretary of Labor --- FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.203-3 GRATUITIES (APRIL 1984) 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) 52.203-7 CONVENANT AGAINST CONTINGENT FEE (APR 1984) 52.204-7 CENTRAL CONTRACTING REGISTRATION (APR 2008) 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (2008) 52.212-3 OFFER OR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (NOV 2007) 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (FEB 2007) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS – COMMERICAL ITEMS (APRIL 2008) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS (SEPT 2008) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUNE 1998) 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) 52.225-3 BUY AMERICAN ACT – FREE TRADE AGREEMENTS – ISRAELI TRADE ACT (JAN 2004) 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APRIL 2003) 52.232-1 PAYMENT (APRIL 1984) 52.232-8 DISCOUNT FOR PROMPT PAYMENT (FEB 2002) 52.232-17 INTEREST (JUNE 1996) 52.232-18 AVAILABILITY OF FUNDS (APRIL 1984) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER / CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.233-1 DISPUTES (JULY 2002) 52.237-3 CONTINUITY OF SERVICES (JAN 1991) 52.243-1 CHANGES – FIXED PRICE (AUG 1987) 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIX PRICE) (APRIL 1984) 52.249-8DEFAULT (FIX PRICE SUPPLY AND SERVICES) (APRIL 1984) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.212-4 (G) CONTRACT TERMS AND CONDITIONS, COMMERCIAL ITEMS (FEBRUARY 2007) INVOICE: (1)THE CONTRACTOR SHALL SUBMIT AN ORIGINAL INVOICE AND THREE COPIES (OR ELECTRONIC INVOICE, IF AUTHORIZED), TO THE ADDRESS DESIGNATED IN THE CONTRACT TO RECEIVE INVOICES. FOR PAYMENT INFORMATION CONTACT: BLAINE BEKIS AT (505) 368-6085 WANDA COOLIAGE AT (505) 368-6084 (2)AN INVOICE MUST INCLUDE-- (i)NAME AND ADDRESS OF THE CONTRACTOR; (ii)INVOICE DATE AND NUMBER; (iii)CONTRACT NUMBER, CONTRACT LINE ITEM NUMBER AND, IF APPLICABLE, THE ORDER NUMBER; (iv)DESCRIPTION, QUANTITY, UNIT OF MEASURE, UNIT PRICE AND EXTENDED PRICE OF THE ITEMS DELIVERED; (v)SHIPPING NUMBER AND DATE OF SHIPMENT, INCLUDING THE BILL OF LADING NUMBER AND WEIGHT OF SHIPMENT IF SHIPPED ON GOVERNMENT BILL OF LADING; (vi)TERMS OF ANY DISCOUNT FOR PROMPT PAYMENT OFFERED; (vii)NAME AND ADDRESS OF OFFICIAL TO WHOM PAYMENT IS TO BE SENT; (viii)NAME, TITLE, AND PHONE NUMBER OF PERSON TO NOTIFY IN EVENT OF DEFECTIVE INVOICE; AND (ix)TAXPAYER IDENTIFICATION NUMBER (TIN). THE CONTRACTOR SHALL INCLUDE IT’S TIN ON THE INVOICE ONLY IF REQUIRED ELSEWHERE IN THIS CONTRACT. (x)ELECTRONIC FUNDS TRANSFER (EFT) BANKING INFORMATION (A)THE CONTRACTOR SHALL INCUDE FFT BANKING INFORMATION ON THE INVOICE ONLY IF REQUIRED ELSEWHERE IN THIS CONTRACT. (B)IF EFT BANKING INFORMATION IS NOT REQUIRED TO BE ON THE INVOICE, IN ORDER FOR THE INVOICE TO BE A PROPER INVOICE, THE CONTRACTOR SHALL HAVE SUBMITTED CORRECT EFT BANKING INFORMATION IN ACCORDANCE WITH THE APPLICABLE SOLICITATION PROVISION, CONTRACT CLAUSE (E.G., 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION OR 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION), OR APPLICABLE AGENCY PROCEDURES. (C)EFT BANKING INFORMATION IS NOT REQUIRED IF THE GOVERNMENT WAIVED THE REQUIREMENT TO PAY BY EFT. (2) INVOICES WILL BE HANDLED IN ACCORDANCE WITH THE PROMPT PAYMENT ACT (31 U.S.C. 3903) AND OFFICE OF MANAGEMENT AND BUDGET (OMB) PROMPT PAYMENT REGULATIONS AT 5 CFR PART 1315. FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL. (SEPT 2007) (A)THE CONTRACTOR SHALL COMPLY WITH AGENCY PERSONAL IDENTITY VERIFICATION PROCEDURES IDENTIFIED IN THE CONTRACT THAT IMPLEMENT HOMELAND SECURITY PRESIDENTIAL DIRECTIVE 12 (HSPD-12), OFFICE OF MANAGEMENT AND BUDGET (OMB) GUIDANCE M-05-24 AND FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATION (FIPS PUB) NUMBER 201. THE CONTRACTOR SHALL INSERT THIS CLAUSE IN ALL SUBCONTRACTS WHEN THE SUBCONTRACTOR IS REQUIRED TO HAVE ROUTINE PHYSICIAN ACCESS TO A FEDERALLY CONTROLLED FACILITY AND/OR ROUTINE ACCESS TO A FEDERALLY CONTROLLED INFORMATION SYSTEMS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=afd3c46258e145fd2923038334266c5c&tab=core&_cview=1)
 
Place of Performance
Address: A. Dzilth-Na-O-Dith-Hle Health Center, 6 Road 7586. Bloomfield, NM, 87413, B. Northern Navajo Medical Center, HWY 491 N, Shiprock, NM 87420, C. Four Corners Regional Health Center, U.S. HWY 160, Navajo Route 35 Red Mesa, AZ, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN01771982-W 20090320/090318215919-afd3c46258e145fd2923038334266c5c (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.