Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

S -- Landfill Services

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1576090029
 
Response Due
9/9/2009
 
Archive Date
8/26/2010
 
Point of Contact
John G. Chaney Contract Specialist 3073442075 John_chaney@nps.gov;
 
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
Landfill ServicesYellowstone National Park8/26/09 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 #Q1576090029. 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 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: $12,500,000. 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 National Park Service (NPS). The anticipated award date is approximately October 1, 2009. Address questions regarding this solicitation to John Chaney at john_chaney@nps.gov or 307-344-2075. 2) STATEMENT OF WORK: General Information: Yellowstone National Park (YNP) shall transport waste to the contractor's landfill facility. All loads shall be tarped. The waste shall consist of: a) Class III Light Construction Materials, typically composed of construction debris; which will include blowable and non-blowable items; as well as a variety of scrap materials. b) Class IV Heavy Construction Materials, typically composed of concrete, concrete with re-bar, bricks, timber beams, CCA treated lumber.c) Mobile Homes, sizes up to 14 ft x 80 ft. All of the waste shall be non-hazardous, non-flammable, and shall have no substantial re-sale value. The contractor shall: - Provide landfill services at a site located within a 115 miles from Mammoth, Wyoming one-way.- The provided services shall include the acceptance and proper disposal of the waste materials noted above.- Operate and maintain the landfill in such a manner as to meet all Federal, State and Local Regulations.- The contractor shall submit a state operating license or permit prior to commencing services.- Insure the landfill is accessible to YNP personnel, Monday - Friday 8:00 am to 5:00 pm, excluding Federal holidays.- 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.- 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 effect through Federal Acquisition Circular 2005-36. 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 Government optional clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-6, 52.219-4, 52.219-8, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-54, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. The following wage determinations are applicable to this acquisition in accordance with clause 52.222-41: Montana = WD 05-2317 (Rev.-8), Wyoming = WD 05-2587 (Rev.-6), Idaho = WD 05-2159 (Rev.-8) Clause 52.211-18, Variation in Estimated Quantity, applies to this acquisition: If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgement of the Contracting Officer, is justified. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 4) PROPOSAL: Solicitation: Q1576090029, Landfill ServicesDue: 2:00 pm Mountain Time, Wednesday, September 9, 2009Submit to: E-mail: john_chaney@nps.gov or Fax: 307-344-2079. 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. In case of error in extension of prices, unit price governs.3. In case of error in summation, the total of the corrected amounts govern.4. The Government reserves the right to award any or all of the line items at the time of contract award.5. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract.6. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all Option Line Items to the total price for all Base Line Items. Evaluation of options will not obligate the Government to exercise any of the options.7. Offeror acknowledges that all quantities are estimated, are not guaranteed, and are solely for the purpose of comparison of Proposals, and final payment for all Unit Price items will be based on actual quantities.8. The contractor shall not exceed the estimated quantities unless first receiving written approval from the Contracting Officer. Base Proposal Line Items: Period of Performance: 10/1/09 - 9/30/10 Line Item #: 1, Class III Waste Disposal, Quantity: 250 tons, Unit Price: $ ; Line item Price: $ Line Item #: 2, Class IV Waste Disposal, Quantity: 380 tons, Unit Price: $ ; Line item Price: $ Line Item #: 3, Mobile Home Disposal, Quantity: 6 each, Unit Price: $ ; Line item Price: $ Option Line items: Period of Performance: 10/1/10 - 9/30/11 Line Item #: 4, Class III Waste Disposal, Quantity: 250 tons, Unit Price: $ ; Line item Price: $ Line Item #: 5, Class IV Waste Disposal, Quantity: 380 tons, Unit Price: $ ; Line item Price: $ Line Item #: 6, Mobile Home Disposal, Quantity: 6 each, Unit Price: $ ; Line item Price: $ Period of Performance: 10/1/11 - 9/30/12 Line Item #: 7, Class III Waste Disposal, Quantity: 250 tons, Unit Price: $ ; Line item Price: $ Line Item #: 8, Class IV Waste Disposal, Quantity: 380 tons, Unit Price: $ ; Line item Price: $ Line Item #: 9, Mobile Home Disposal, Quantity: 6 each, Unit Price: $ ; Line item Price: $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1576090029/listing.html)
 
Place of Performance
Address: Within 115 miles of Mammoth, Wyoming
Zip Code: 82190
 
Record
SN01926696-W 20090828/090826235712-99eb4d89dd5e0c66b416097a102df594 (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.