Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

S -- Refuse Collection for Chemawa Indian School

Notice Date
9/22/2009
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ2090077
 
Response Due
9/30/2009
 
Archive Date
10/13/2009
 
Point of Contact
BRENDELL GALLEGOS (505) 563-3009
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotes (RFQ) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://farsite. Hill.af.mil/. This solicitation is set-aside 100% for Small Businesses. The North American Industrial classification System (NAICS) code is 562111 with a small business size standard of $12.5 Million. Quotes shall reference solicitation # RABQ2090077 and shall be in accordance with the Scope of WorkPeriod of Performance: Award date to September 30, 2010CLIN 0001: Weekly Refuse Collection at Chemawa Indian SchoolQuantity: 12- 1.5 Yard Covered Trash Dumpsters$______ Monthly Price for 12 Trash Dumpsters x 11 months = $_______Extended Price Please also provide pricing for four option periods as follows:Option Period OnePeriod of Performance: October 1, 2010 to September 30, 2011CLIN 1001: Weekly Refuse Collection at Chemawa Indian SchoolQuantity: 12- 1.5 Yard Covered Trash Dumpsters$______ Monthly Price for 12 Trash Dumpsters x 12 months = $_______Extended PriceOption Period TwoPeriod of Performance: October 1, 2011 to September 30, 2012CLIN 2001: Weekly Refuse Collection at Chemawa Indian SchoolQuantity: 12- 1.5 Yard Covered Trash Dumpsters$______ Monthly Price for 12 Trash Dumpsters x 12 months = $_______Extended Price Option Period ThreePeriod of Performance: October 1, 2012 to September 30, 2013CLIN 3001: Weekly Refuse Collection at Chemawa Indian SchoolQuantity: 12- 1.5 Yard Covered Trash Dumpsters$______ Monthly Price for 12 Trash Dumpsters x 12 months = $_______Extended Price Option Period FourPeriod of Performance: October 1, 2013 to September 30, 2014CLIN 4001: Weekly Refuse Collection at Chemawa Indian SchoolQuantity: 12- 1.5 Yard Covered Trash Dumpsters$______ Monthly Price for 12 Trash Dumpsters x 12 months = $_______Extended Price PLACE OF PERFORMANCE: Contract effort will be performed on the campus of Chemawa Indian School located in Salem, Oregon.Scope of WorkGoalTo contract with an outside vendor to provide refuse collection and disposal services.Refuse collection and disposal services are required to properly collect and dispose of allrefuse on campus in a safe and sanitary manner ensuring a clean and safe living/workingenvironment for our students and staff.Scope of servicesRefuse collection and disposalVendor will support CIS year round by providing:1. Vendor will provide no less than 12 1.5 yard covered trash dumpsters. Numbercould vary according to the school's needs through out the year. Number will beestablished between vendor and school.2. Refuse pick up will be Monday through Friday between 9am and 2pm in theafternoon. Schedules will be modified between vendor and school during summermonths and holiday breaks. Pick up will be located behind Cafeteria in busparking lot. Upon the opening of our new Dormitory building scheduled inJanuary 2010, an additional pick up point will be established. Chemawa facilityspecialist and vendor will work out details.3. Additional dumpsters may be ordered as requirements of the school demand.Such dumpsters will be delivered and picked up as requested and the school willbe charged accordingly.4. Disposal of refuse by the vendor will be according to all federal, state and locallaws regulating such services.Training and Additional Support1. No training or additional support is required for this procurement.Vendor Requirements1. Vendor must provide staff that are trained and experienced with the vendorsequipment used to collect and dispose of refuse and be knowledgeable of allfederal, state and local laws governing refuse collection and disposal.2. Vendor will provide all dumpsters as requested.3. Vendor will empty all dumpsters according to established schedule with theschool.4. Vendor will provide detailed invoice billing monthly to the school. OFFERORS SHALL COMPLY with instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation (Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and an over all total price. The offeror shall include, andy discount terms, cage code, DUNS number, tax identification number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, has been completed electronically online at http://orca.bpn.gov/publicseach.aspx. The provisions at FAR 52.212-2 Evaluation - Commercial Itmes applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be (i) Price [The Total Price for all CLINs plus Option CLINs will be evaluated. Offerors shall include pricing for the Base Period of Performance and Four Option Periods to be considered for award] and (ii) Past Performance [Past performance will be evaluated as positive, negative, or neutral. All proposals shall submit at least three Points of Contact with complete name, phone number and e-mail address that can confirm relevant past performance. An offeror without a record of relevant past performance or whom information on past performance is njot available will not be evaluated positive or negative on past performance. If the offeror has no record of past performance, they will be rated neutral.] The clause at 52.212-4, Contract Terms and Conditions Commercial items, with the following addenda applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause applicable to this acquisition are:52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post Award Small Business Program Representation [The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 562111]52.222-3 Convict Labor52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Special Disabled Veterans of Vietnam Era and Other Eligible Veterans52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era and other Eligible Veterans 52.222-50 Combating Trafficking in Persons52.229-14 Limitations on Subcontracting 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. The following FAR clauses are applicable to this acquisition.52.204-7 Central Contractor Registration, 52.217-8 Option to Extend Services [The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.]52.217-9 Option to Extend the Term of the Contract [(a) The Government may extend the term of this contract by written notice to the Contractor within a 30 days of contract expiration; provide that the Government gives the Contract a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (c) The total duration of this contract, including the exercise of any option under this clause, shall not exceed 66 months.]52.222-41 Service Contract Act of 196552.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts)52.223-5 Pollution Prevention and Right-to-Know Information52.237-2 Protection of Government Buildings, Equipment, and Vegetation52.245-1 Government Property. Wage Determination # 2005-2442, Revision No.: 8 for Oregon is applicable to this solicitation and resulting award. See http://www.wdol.gov website for the entire Wage Determination. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov.Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of proposals is September 30, 2009; 9:00am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2090077/listing.html)
 
Record
SN01965726-W 20090924/090923002204-e25e1696c5770344359c59f039982323 (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.