Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

S -- Manure Removal Service

Notice Date
5/20/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3960090105
 
Response Due
6/9/2009
 
Archive Date
5/20/2010
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/SolicitationThis is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation No. Q3960090105 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 562111; with a small business size standard of $12.5 million of annual gross revenues of the total concern for the last 3 years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. This procurement is a commercial item. The estimated magnitude of this procurement is between $100,000.00 and $150,000.00 ($20,000.00 to $30,000.00 annually). This procurement is open to all size businesses in accordance with the Small business Competitiveness Demonstration Program and price evaluation preference for HUBZone small business concerns. This means 10% will be added to large business prices for evaluation purposes if an offer from a HUBZone Small Business Concern is provided. To confirm if your firm is in a HUBZone area, search the web at https://eweb1.sba.gov/hubzone/internet. Look for the link "Are you in HUBZone". Then look for the entry of "To Determine if an Address is Located in a HUBZone". Type your address. If your company is located in a HUBZone area, you must certify your company with the Small Business Administration. Your company's name must be included on the Small Business Administration's listing to be considered as a HUBZone small business for your quote to be evaluated as a small business HUBZone set-aside.However, if this office does not receive any acceptable quotes from qualified HUBZone, small business concerns, the set-aside will roll over to a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having less than or equal to $12.5 million of annual gross revenues of the total concern for the last 3 years. Both HUBZone small business concerns and Small businesses are encouraged to offer a quote. If this office does not receive any acceptable quotes from qualified small business concerns or HUBZone small business concerns then Large businesses are encouraged to offer a quote. Manure Removal Q3960090105Fixed Price - Indefinite-Delivery/Requirements Contract A. RequirementManure removal service for the United States Park Police horse stable in the Washington, D. C. area at one location. The supplier of the manure removal service shall provide two (2) 30 cubic yard dumpsters, one on each side of the stable, for the manure to be stored in and then hauled away.Vendor must be able to remove and deliver dumpster in all weather conditions.The dumpster(s) to be delivered within three (3) days of the request of the United States Park Police. B. DeliveryDrivers must be knowledgeable of the roadways and applicable restriction In the Washington D. C. Metro area.Removal orders will be issued as needed. Oral removal orders are authorized. The Contracting Officer's representative, who is the person authorized to issue orders, will be identified after contract award. There is no limit on the number of orders that may be issued during the contract period.All removals are to be made Monday through Friday between the hours of 6:00 a.m. and 2:00 p.m., holidays excluded. The contractor will notify the Contracting Officer's representative in advance of removals and advise the location and approximate time of removal.Disposal shall be in accordance with Federal Laws and Regulations. C. Location for DeliveryEdgewater Stables3 Beach Drive - Intersection of Rock Creek Parkway & Calvert Street, NW,Washington, DC D. InspectionFinal inspection for inspection will be made at delivery sites in accordance with inspection clause FAR 52.212-4 Contract Terms and Conditions-Commercial Items. E. Request for Quote Note: Contractor shall place a price for all line items to be considered responsive. Per DumpsterEstimated Quantity Total Price Unit Price of Pickups Base Year (Date of Award - One Year from Date of Award) $________ 104* $________Option Year 1 (12 months) $________ 104* $________ Option Year 2 (12 months) $________ 104* $________ Option Year 3 (12 months) $________ 104* $________ Option Year 4 (12 months) $________ 104* $________Total of Base Year and All Option Years$__________*Quantity of materials is estimated and not binding on the Government. Contractor shall be paid actual quantity ordered and approved by the Contracting Officer.The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-52.203-6 ALT 1, Restrictions on Subcontractor Sales to the Government,, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 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, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 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, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must place a price for all line items to be considered responsive. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 3:00 pm EST June 9, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394.All responsible sources may submit a quote which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3960090105/listing.html)
 
Place of Performance
Address: Edgewater Stables3 Beach Drive - Intersection of Rock Creek Parkway & Calvert Street, NW,Washington, DC<br />
Zip Code: 202420001<br />
 
Record
SN01824214-W 20090522/090521005751-41629d07a16b6900d94d4fce14923ad0 (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.