Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

S -- Provide Transfer Station Dump Site.

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NCR - NAMA - National Mall & Memorial Parks - Division of Administration 900 Ohio Drive, SW Washington DC 20024
 
ZIP Code
20024
 
Solicitation Number
Q3400090112
 
Response Due
9/17/2009
 
Archive Date
9/4/2010
 
Point of Contact
David L. Bagozzi Contractor/Contract Specialist 2022454677 David_L_Bagozzi@Contractor.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
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in FAR 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 SOLICTATION WILL NOT BE ISSUED. Solicitation No. Q3400090112 is issued as a Request for Quotation (RFQ) and will be awarded as a firm-fixed unit price, indefinite-delivery contract, base year plus four (4) option years using simplified acquisition procedures. See Evaluation Criteria for award information. Responses are due on or before September 17, 2009. The North American Industry Classification System (NAICS) is 562212; the size standard is less than $12.5 Million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This procurement is a commercial item. The estimated magnitude of this procurement is between $120,000.00 and $225,000.00 (Base Year plus Four Option Years). The National Park Service, National Mall and Memorial Parks (NAMA) has a requirement for a contractor to provide a dump transfer station site to dispose of generated trash picked up by government personnel from the NAMA government grounds. Transfer site should not exceed a 15 mile radius from the East Potomac Maintenance Site, 1100 Buckeye Drive, SW, Washington, D.C. 20024. Days and hours of operation shall be: Monday through Friday 4:00 AM to 4:00 PM; Saturday, 4:00 AM to 12:00 PM. The contractor's site shall be properly certified with the State and with the Environmental Protection Agency. A copy of the certification shall be provided to the Contracting Officer upon request. The contractor shall accept National Park Service (NAMA) trash rear load vehicles. Vehicle identification will be provided at contract award. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instruction to Offerors--Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; Submission of Offers in the English Language; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-22, Indefinite Quantity; 52.217-06, Option for Increase Quantity; 52.217-08, Option to Extend Services; 52.217-09, Option to Extend the Term of the Contract; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 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. Evaluation Criteria of Commercial Items will be in accordance with FAR 52.212-2. Quotations will be reviewed to determine which contractor represents the lowest price technically acceptable. To be technically acceptable, the following shall be met: (1) Submit copies of State and Environmental Protection Agency certifications and (2) be located within a 15 mile radius of 1100 Buckeye Drive SW, Washington D.C. 20024. Award will not be necessarily be made to the lowest price offeror, but rather the one that offers the best value to the National Park Service. Price will be evaluated of those quotations that are found acceptable. Use this field for Price Quote Submission: Description Unit Price Total Cost Base Year(October 1, 2009 thru September 30, 2010) 800 tons _____________ ________________ Option Year 1(October 1, 2010 thru September 30, 2011) 800 tons _____________ ________________ Option Year 2(October 1, 2011 thru September 30, 2012) 800 tons _____________ ________________ Option Year 3(October 1, 2012 thru September 30, 2013) 800 tons _____________ ________________ Option Year 4(October 1, 2013 thru September 30, 2014) 800 tons _____________ ________________ Quotation submission requirements: All quotes shall be submitted as an email or original for receipt no later than 4:00 p.m., ET, September 17, 2009, and be clearly marked with Request for Quotation Number Q3400090112. Offerors are hereby notified that if your quotation is not received by the date and time and location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service, National Mall and Memorial Parks, Office of Acquisition Management; Attn: David Bagozzi, Contractor, Contract Specialist; Request for Quotation Number Q3400090112; 900 Ohio Drive SW, Washington, D.C. 20024-2000 or email david_l_bagozzi@contractor.nps.gov. Proposals by telephone or facsimile (fax) will not be accepted. The point of Contact for this requirement is David Bagozzi, contractor, Contract Specialist at (202) 245-4677, email david_l_bagozzi@contractor.nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3400090112/listing.html)
 
Place of Performance
Address: National Park ServiceNational Mall and Memorial ParksWashington, D.C.
Zip Code: 200240001
 
Record
SN01941477-W 20090906/090905000536-3a25df44843cad0511fc2a162d64b0f7 (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.