Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

S -- WASTE DISPOSAL SERVICES - Far Provision 52.212-3

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
NCFA-10-04-P-04
 
Archive Date
10/14/2009
 
Point of Contact
MAE ARCHAMBEAU, Phone: 406-477-4415
 
E-Mail Address
mae.archambeau@ihs.gov
(mae.archambeau@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA wage determination Far Provision that must be submitted with quote This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.101, Non-Personal Service Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Northern Cheyenne Service Unit, (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)NCFA-10-04-P-04. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The associated North American Industry Classification System code is 562111 and the small business size standard is $12.5 million. PRICE SCHEDULE - SOLID WASTE DISPOSAL SERVICES: 12 MONTHS @ $______________ per MO = $________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to acquire Solid Waste Disposal Services for the Northern Cheyenne Service Unit, PHS Indian Health Center and the Government living quarters at Lame Deer, Montana. STATEMENT OF WORK: Remove the solid waste from the Northern Cheyenne Service Unit Clinic canister site and in the Government Quarters area. The Contractor shall provide a 30-yard canister for the disposal of the Clinic solid waste and 5-yard canisters for the Government living quarters. All solid waste is to be picked up on a weekly basis, preferably during normal working hours (i.e., Monday through Friday, 6:00 a.m. to 6:30 p.m.) and properly disposed of at the Rosebud County Landfill. The services include, but are not limited to, the delivery of a 30-yard canister, required roll-off within the Clinic canister site, loading the canister, delivery of the canister to the landfill, and dumping of the canister within the landfill area. The Contractor will also be responsible for dumping the 5-yard canisters and returning them to each concrete pad. The Contractor must adhere to the Northern Cheyenne Service Unit's policies and procedures with regards to the work schedule and code of conduct. The Contractor will be required to possess and maintain the necessary CDL and DOT licenses in order to remove the solid waste from the Clinic and Quarters areas. The Contractor will be responsible for submitting "load" tickets to the Maintenance Department at the Northern Cheyenne Service Unit for each delivery to the Rosebud County Landfill. The Contractor will be required to possess and maintain the necessary equipment needed to properly lift and load the canisters during dumping and transportation. Any complaints related to the quality of services will be submitted to the Contractor in writing within 48 hours of the problem and shall be answered by the Contractor and necessary corrective action taken. When weather and/or road conditions prevent normal pick up and delivery it shall be the responsibility of the contractor to notify one of the following Indian Health Service (IHS) employees: (1) John Jordan, Facility Manager, 406-477-4485, (2) Adrian Foote, Maintenance Foreman, 406-477-4411, or (3) Mae Archambeau, Supply Technician, 406-477-4415, that pick up and delivery cannot be made. Voice mail messages must be left if none of the IHS employees can be reached directly. PERIOD OF PERFORMANCE: January 1, 2009, through September 30, 2009. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The Contracting Officer shall designate a Project Officer, in writing, at time of award. The Project Officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Date services were provided; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: The Government will award a contract, resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government, price and other price related factors considered. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.211-6, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.222-41, 52.222-42, 52.222-44, 52.223-5, 52.223-6, 52.228-5, 52.229-3, 52.232-18, 52.237-1, 52.237-2, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-6, 352.270-7, 352.270-12, 352.270-13, and 352.270-16. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 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, 52.222-50, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Northern Cheyenne Service Unit, PO Box 70, 100 Cheyenne Avenue, Lame Deer Montana, 59043, no later than 12:00 p.m., on September 29, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at mae.archambeau@ihs.gov or by fax at (406) 477-4426. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/NCFA-10-04-P-04/listing.html)
 
Place of Performance
Address: Northern Cheyenne Service Unit, PO Box 70, 100 Cheyenne Ave, Lame Deer, Montana, 59043, United States
Zip Code: 59043
 
Record
SN01952988-W 20090916/090914235842-509aeb059e3cbd7069074f612b2866a3 (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.