Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

S -- Solid Waste Collection Services--FCI McKean - Attachments

Notice Date
10/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP02090900001
 
Archive Date
3/29/2010
 
Point of Contact
Dennis E. Dempsey, Phone: 972-352-4541, Roderic D. Wise, Phone: 972-352-4542
 
E-Mail Address
dmdempsey@bop.gov, rwise@bop.gov
(dmdempsey@bop.gov, rwise@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment III--Business Management Questionnaire Attachment II--Schedule of Items Attachment I--Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is being issued as a Request for Quote under the number RFQP02090900001. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Upon request, the Contracting Officer will make their full text version available. Also, the full text version may be accessed electronically at: www.acquisition.gov/far. This action is unrestricted. The North American Industrial Classification System (NAICS) Code is 562111 - Solid Waste Collection and the Small Business Size Standard is $12.5 Million. STATEMENT OF WORK: SOLID WASTE COLLECTION SERVICES GENERAL REQUIREMENTS: The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas, intends to award a firm-fixed price type contract for the provision of solid waste equipment rental, collection, and disposal services which meets the requirements outlined in this statement of work. General Information regarding the Federal Bureau of Prisons (FBOP) and its facilities is located at www.bop.gov. PLACE OF PERFORMANCE: Containers will be located at the Federal Correctional Institution (FCI) McKean, Route 59 and Big Shanty Road, Lewis Run, Pennsylvania 16738. REQUIRED SERVICES: The contractor shall provide all equipment, labor, maintenance, and expertise required for the removal of trash and solid waste. Government employees and inmates are not permitted to provide assistance in the performance of this contract. The contractor shall be responsible for pick-up, and delivering container loads of solid waste to an approved, licensed, certified disposal area/landfill. Disposal of waste shall be in a legal and environmentally safe manner. The waste material will consist of solid and/or wet waste from food service and other departments within the institution. FCI McKean may require additional pulls by notifying the contractor in advance. The contractor must, upon proper notification from FCI McKean, complete the additional pull(s) within 24 hours. Extra pull charges will not differ from the regular contracted pull rate. The design of the compactor units shall be such that no changes or modifications to existing structure or procedures will be required to use the new units. The contractor shall be required to enter FCI McKean and will be subject to security searches and regulations governing security of the institution. In the event that a scheduled pick-up for the self-contained unit falls on a Federal holiday, the contractor will pick-up on the following work day (work day is defined as Monday through Friday). The contractor shall be responsible for cleaning up and disposing of all trash, garbage, and debris spilled from the compactor during the process of pulls and transports. The contractor shall ensure the compactor is cleaned, washed, and sanitized after each dumping and prior to delivery to the institution. The contractor is responsible for providing and installing an on-site operation and emergency shutdown (stop/start) switch for the compactor. The institution will provide an electrical disconnect switch from which the contractor must make connection. Existing power is a 480 volt, three phase, 30 amp circuit. If a compactor or the open top units become full prior to the scheduled pick-up, the contractor will be contacted by the contracting office or appropriate institution staff to schedule an additional pick-up. Additional pick-ups will be on an as needed basis. The time frame for an additional pick-up will be agreed upon between the contractor and the contracting officer or appropriate institution staff. The contractor will not be required to pay rent for the space occupied hereunder when in use on the premises of FCI McKean. The contractor will not be required to pay the cost of any utilities which may be found necessary for the use or operation of any trash removal equipment furnished hereunder. CONTRACTOR SUPPLIED EQUIPMENT: The contractor shall supply the following equipment and related supplies: 1) One (1) forty-two (42) cubic yard, totally enclosed/self contained trash compactor dumpster unit. The unit will be located at the compactor area at the rear of the Food Service Department. The contractor will be responsible for the installation and hookups required to make the unit operational. The contractor will pull the self contained unit on Monday, Wednesday, and Friday of each week and must occur between 5:00 am and 5:45 am. Returns must occur between 8:00 am and 10:30 am on the same day. The contractor shall contact the appropriate institution staff or the Administrative Contracting Office in order to reduce the number of pulls of compactor #1 to no less than two (2) pulls per week should the amount of trash generation negate the need for three (3) pulls per week. 2) One (1) forty-two (42) cubic yard, totally enclosed/self contained trash compactor dumpster unit. The unit will be located at the compactor area at the minimum security prison camp. The contractor will be responsible for the installation and hookups required to make the unit operational. The contractor will pull the self contained unit on Monday of each week between 8:00 am and 3:00 pm. Pickups and returns must occur on the same day. 3) One (1) forty (40) cubic yard open top roll-off construction rubble type trash dumpster. The unit will be located near the institution's pole barns. The pole barns are located outside the secure perimeter of the institution. The contractor will pull the open-top unit on an as needed basis, within 24 hours of notification by the contracting office or appropriate institution staff. The number of pulls in the schedule of items is estimated. Pickups and returns must occur on the same day, between the 8:00 am and 3:00 pm. All equipment furnished here under shall be equipped with all necessary safety devices which shall be maintained in operating condition at all times and shall be listed by Underwriter's Laboratories. All equipment must be identified with a control number. Also, equipment must be constructed or installed so as to prevent seepage and accumulation of debris underneath. The contractor will be responsible for all maintenance of equipment. The vehicle used for hauling must be capable of transporting the appropriate container with an outside loading system, and a bail hook-up. The vehicle must meet all Pennsylvania Department of Transportation requirements for refuse hauling and must have an operating backup alarm devise. MAINTENANCE AND REPAIRS OF EQUIPMENT: All compactors/containers provided by the contractor must be in new or like new condition and be able to handle and contain the types of waste listed herein. The compactors provided shall be acceptable in condition and appearance to the contracting office or appropriate institution staff. The units and equipment supplied by the contractor must be maintained in good working order and have the contractors name and local phone number prominently displayed on the containers. The contractor will ensure that the units are neat in appearance and that there are no cracks or broken parts, and the wheels are operational. The fixed equipment, installed by the contractor which includes: the stop/start switch, hydraulic pump, reservoir and hoses, must be maintained in a neat manner. For appearance and safety reasons there should be no hydraulic fluid leaks, frayed electrical wires or otherwise damaged equipment. In the event that the fixed equipment installed by the contractor is in need of repair or service it will be the responsibility of the contractor to notify the contracting office, appropriate institution staff, or designee, at which time arrangements will be made for the contractor to be admitted to the institution for the work to be done. If possible, notifications will be made at least one working day prior to the contractor entering the institution. The contractor must remedy problems within 24 hours after notification. If repairs cannot be made in this time frame, the contractor shall replace the faulty equipment with functional equipment within 48 hours of the initial notification to prevent accumulation of refuse. PERMITS AND RECORDS: The contractor shall ensure that waste is disposed of in accordance with all Federal, Commonwealth, and Local laws and/or regulations. All licenses, permits, and fees related to the solid waste collection shall be the responsibility of the contractor. All equipment, supplies, open containers, and controls shall be supplied by the contractor. The contractor shall provide copies of all receipts related to the disposal of the waste. The receipts must include the weight of the waste dumped. The receipts shall be addressed to the contracting office or appropriate institution staff and shall be sent once per calendar month. TITLE TO EQUIPMENT: Unless otherwise specified in this contract, title to the contractor owned waste removal equipment and equipment components shall remain with the contractor. In the event of the termination or cancellation of this contract as herein provided, the contractor shall promptly remove all of its property at its expense. Upon the contractor's failure to do so, the FBOP may remove and store said property and charge the contractor for any expenses incurred for such removal and storage. All contractor provided equipment and components of equipment are the sole property of the contractor and no supplemental agreement or relationship between the Government and the contractor shall give the Government any proprietary interest in such components thereof. All Government provided equipment and components of equipment are the sole property of the Government and no supplemental agreement or relationship between the Government and the contractor shall give the contractor any proprietary interest in such components thereof. RISK OF LOSS: The contractor assumes the full risk of and responsibility for any loss, destruction, or damage occurring to the contractor owned waste removal equipment, components, or containers, when such loss or damage as may be attributable to the owner by reason of the negligence of its employees while acting within the scope of their employment. RESTRICTIONS ON CONTRACT WORKERS: The Contractor shall not supervise inmates, supervise FBOP staff, participate in inmate accountability, requisition, sign for, or pick up supplies, formulate policy or procedures, or attend meetings, recalls or staff functions. INSTITUTION SECURITY: The contractor must agree to adhere to all regulations prescribed by FCI McKean, for the safety, custody and conduct of inmate. The custody of Federal inmates remains the primary responsibility of the designated facility. The contractor shall involve himself/herself in the Institution Familiarization Program as required by policy. Any violation of the institution rules and regulations are to be brought immediately to the attention of an appropriate Government employee for prompt, proper action. The contractor shall be aware that the vehicle will be subject to inspection and search. Institution correctional staff must be able to inspect and search the entire vehicle to their satisfaction so that contraband is not being introduced into the institution. All tools will be inventoried entering and exiting the institution. The contracting officer or appropriate institution staff must be advised if for any reason the pick-ups cannot be made as scheduled for any given day. A 24 hour notice is required. It is imperative, for security reasons, the compactor/container be picked up as required. The schedule is subject to change based on the variable needs of the institution and the unpredictable nature of the correctional environment. Please note, there will be time necessary to process the contractor and vehicle upon entry/exit of the institution. Due to the nature of the correctional setting, delays in performance of work may be expected. Such delays may include but are not limited to inclement weather, electrical or mechanical problems, or other security matters. When the contractor reports to the institution but is unable to perform services due to such delays, the contractor may be entitled to compensation. The Administrative Contracting Office shall be responsible for negotiating a fair and reasonable payment. PAYMENT OF SERVICES: Invoices shall be submitted and paid on a monthly basis. Original Weight Ticket(s), as provided by the disposal/landfill site indicating the actual tonnage of solid waste, shall be submitted with the corresponding invoice for payment. Payment shall not be processed for tonnage fees until the Weight Ticket(s) are submitted. Payment terms shall be as specified in FAR 52.212-4(g), the due date for making an invoice payment by the designated payment office shall be the 30th day after the designated billing office has received a proper invoice, or the government accepts the services performed by the contractor. Payment terms shall be Net 30 days. The contractor can, however, offer discount payment terms for prompt payments for this solicitation. This information is required for proper payment of services. Payments shall be made in accordance with F.A.R. Clauses 52.232-25 Prompt Payment (JUN 1997), and 52.232-33 Payment by Electronic Funds Transfer (EFT)-Central Contractor Registration (Oct 2003). MISCELLANEOUS INFORMATION: In accordance with the FBOP Acquisition Policy, Part 37.103(e), the following provisions are applicable to the work being performed in the contract: The service is a contractual arrangement and not a personnel appointment; payment is based on the provision of an end product or the accomplishment of a specific result; the services provided does not constitute an employer/employee relationship; and the contractor will not be subject to Government supervision, except for security related matters. However, contractor performance shall be closely monitored. The contractor must understand that the Contracting Officer is the only person who can legally commit or obligate the Government to an expenditure of public funds. The Contracting Officer is the only person who can legally change the terms or conditions of the contract and only then by written modification. The contractor is solely responsible for full compliance with all Federal, Commonwealth, FBOP, and all other applicable laws, policies, rules, and regulations. In the event two or more regulations conflict, the strictest of the regulations shall apply. The contractor shall be responsible for the provision of all equipment, labor, licenses, maintenance, materials, parts, permits, repairs, tools, etc., necessary to carry out the requirements of this contract. The contractor shall be required to coordinate the installation of the required equipment and change of contractor personnel with the contracting office or appropriate institution staff. The contractor shall immediately inform in writing, the contracting office or appropriate institution staff of any adverse action taken by any licensing or regulatory body involving professional licensing. This includes, but is not limited to, suspensions, revocation, restrictions on practices. The contractor shall immediately inform, in writing, the contracting office or appropriate institution staff of any claims made, lawsuits filed, or legal actions the might occur as a result of the contractor's practice of their profession, not only as a result of services performed with the FBOP facility but also those involving any setting in which services of a nature substantially similar to services contracted for by FCI McKean are being performed. PRICING METHODOLOGY: The contractor shall provide solid waste collection services upon request by the institution as detailed in the Statement of Work. The contractor shall include all associated charges to the Government for providing the services required by this solicitation/contract (e.g., fees, permits, insurance, overhead, profit, minimum wages, etc.). The wage determination provided is applicable to occupation code 31363 - Truck Driver, Heavy, 99710 - Recycling Laborer, and 99730 - Refuse Collector. You are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting in accordance with FAR 52.212-1 (g). The quantity of supplies/services to be provided by the contractor is estimated in the Schedule of Items. These estimates are not a representation to a quoter or contractor that the estimated quantities will be required or ordered, or that conditions effecting requirements will remain stable or normal. Contract pricing shall include all charges to the Government for performing the services required by this solicitation/contract. You are required to submit a completed copy of the Schedule of Items inclusive of the base year and all option periods. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), the quoter may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. ORDERING OFFICIAL: In accordance with FAR 52.216-18, request for services will be made via issuance of individual task orders. Task orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institution with an appropriate certificate of appointment or a delegation of authority for credit card purchases. CONTRACT CLAUSES: 52.252-2 - Clauses incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer. 52.212-4 (MAR 2009)CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS ADDENDUM TO FAR 52.212-4, CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (MAR 2009) The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4. The following clauses are incorporated by reference, pursuant to FAR 52.252-2: 52.204-4 (AUG 2000) PRINTED OR COPIED DOUBLED-SIDED ON RECYCLED PAPER. 52.204-9 (SEPT 2007)PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL 52.223-5 (AUG 2003) POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION 52.228-5 (JAN 1997) INSURANCE - WORK OF A GOVERNMENT ISTALLATION 52.232-18 (APR 1984) AVAILABILITY OF FUNDS. 52.237-2 (APR 1984) PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION. 52.253-1 (JAN 1991) COMPUTER GENERATED FORMS. The following clauses are incorporated into this resultant contract by full text with applicable fill-in information as follows: 52.216-18 (OCT 1995) ORDERING - (a) from the first day of the effective performance period through the last day of the effective performance period. 52.216-19 (OCT 1995) ORDER LIMITATIONS - (a) less than one pull, (b)(1) estimated quantities identified in the Schedule of Items within the current performance period; (b)(2) estimated quantities identified in the Schedule of Items within the current performance period; (b)(3) thirty days; (d)five days. 52.216-21 (OCT 1995) REQUIREMENTS - (f) after the last day of the effective performance period. 52.217-8 (NOV 1999) OPTION TO EXTEND SERVICES - prior to expiration of the current performance period. 52.217-9 (MAR 2000) OPTION TO EXTEND THE TERM OF THE CONTRACT - (a) within the first day of the ensuing option period; at least thirty or up to sixty days prior to expiration of the current performance period; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 (APR 1984) AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR - beyond September 30th of the base year or any option year exercised; beyond September 30th of the Base year or any option year exercised. 2852.233-70 UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JAR)(JUN 1996) 52.21-603-70 CONTRACT MONITOR (CM)(AUG 2008) (a) Kevin Walter, Engineering Technician, Facilities Department, FCI McKean, P.O. Box 5000, Bradford, PA 16701,. 52.24-403-70 NOTICE OF CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (OCT 2005). 52.27-103-72 DOJ RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUN 2004). 52.224-102 (a) SECURITY OF SYSTEMS AND DATA, INCLUDING PERSONALLY IDENTIFIABLE INFORMATION (MAR 2008). 52.224-102 (b) INFORMATION RESELLERS OR DATA BROKERS (MAR 2008) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (AUG 2009) - (a)(1) Alternate I, (b) 1, 2, 6, 10, 15, 19, 21, 22, 23, 24, 25, 26, 27, & 39. (c) 1, 2, 3. Wage Determination: 2005-2451, Revision #8, Dated: 05/26/09. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS SPECIAL CONTRACT CONDITIONS: TYPE OF CONTRACT: The Government contemplates the single award of a firm-fixed price indefinite delivery/requirements type contract resulting from this solicitation. The estimated date of award resulting from this solicitation will be made approximately December 1, 2009. PERIOD OF PERFORMANCE: The anticipated period of performance of the resulting contract will be as follows: Base Year: Effective Date of Award (EDOA) through 12 months from EDOA Option Year 1: 13 months from EDOA through 24 months from EDOA. Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Be advised that the Government has the unilateral right to exercise an option year in accordance with FAR 43.103(b) and 52.217-9, "Option to Extend the Term of the Contract" and 52.217-8, "Option to Extend Services." The Contractor will commence performance of this contract no later than 30 calender days from the effective date of the award of this contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCI MeKean, Pennsylvania. The Contractor will provide the contract services independent of Government supervision. CONTRACT ADMINISTRATION: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. In accordance with FAR 42.202, the Contracting Office of the FCI McKean, located near Lewis Run, Pennsylvania, is assigned to be the Contract Administration Office (CAO) for this contract. This assignment carries with it the authority to perform all normal contract administration functions listed in FAR 42.302(a), items (1) through (70), to the extent those functions apply to this contract. This assignment also includes delegation of authority to perform functions specified in FAR 42.302(b), items (1) through (11). CONTRACTING OFFICER RESPONSIBILITY: The CO has the overall and primary responsibility for the administration of this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to: modify or deviate from the contract terms, conditions, requirements, specifications, details, and/or delivery schedules, make final decisions involving deductions from contract payments or other consideration due to the Government, for nonperformance or unsatisfactory performance, whether or not in dispute, terminate the contract for convenience or default, issue final decisions regarding contract questions or matters under dispute. This responsibility may be delegated to an Administrative Contracting Officer by the Contracting Officer. REVIEWS: The Contracting Officer or other designated representative of the FBOP is authorized to review by on-site, review of records, or by any other reasonable manner, the quality of services rendered under this contract. Payments will be denied when such service does not support the charges or if the service is deemed not necessary or appropriate. Such determinations may be made by the Contracting Officer. The FBOP reserves the right to require an independent audit of any invoice or bill. MISCELLANEOUS INFORMATION: In accordance with the FBOP Acquisition Policy, Part 37.103(e), the following provisions are applicable to the work being performed in the contract: The service is a contractual arrangement and not a personnel appointment; payment is based on the provision of an end product or the accomplishment of a specific result; the services provided does not constitute an employer/employee relationship; and the contractor will not be subject to Government supervision, except for security related matters. However, the Government may do assessments of the contractor performance. This position is a contract position only and does not provide fringe benefits such as Health Care, Retirement, Vacation or Sick Time except those covered by the Service Contract Act. The contract base year is from the date of award through twelve months. One additional one-year option may be awarded as services are completed throughout the first year of award in accordance with the Statement of Work. INSTITUTION SECURITY/INVESTIGATIVE REQUIREMENTS: The Contractor and/or employees of the contractor entering the institution shall meet certain security requirements to receive an institutional pass as required by FBOP Program Statement 3000.03 dated December 19, 2007. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. The department head (program manager) at FCI McKean is responsible for conducting the appropriate vouchering, law enforcement checks, and ensuring that fingerprinting is completed on all Contractor staff that may need access inside the confines of the secure perimeter. The personnel department will establish a security file that will be maintained on each of the contractor's employees from the beginning of the contract through its duration. The following investigative procedures are incorporated and will be performed as appropriate: 1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage). By submitting a quotation, the contractor and/or its employees agree to complete the required documents and undergo the listed procedures. An individual who does not pass the security clearances will be unable to perform services under the contract. If the resulting contract is to be awarded to an individual, all clearance procedures shall be applied prior to award. Individuals who do not pass the security clearance will not be awarded a contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the institution. All persons are advised that a urinalysis test for the detection of marijuana and other drug usage shall be performed. Any person(s) testing positive shall be disqualified from performing under the resulting contract. Any individual deemed not suitable by the FBOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. The Contractor must be in compliance with Department of Justice regulations at 8 CFR 274a regarding the employment of aliens. A copy of the directive is available upon the Contractor's request. In addition, the Contractor and/or Contractor employees shall adhere to institution regulations regarding security, safety, and custody of inmates. It will be necessary for employees to receive limited security training/orientation (approximately four hours) and clearance prior to approval for admission to FCI McKean. The purpose of this program is to familiarize individuals with institution operations, the institution, and general rules of conduct and procedures inside the institution. An annual refresher training (approximately two hours) will also be required, if applicable, for each renewed option year. Reimbursement to the contractor for time spent in institution security orientation will be compensated at a rate commensurate with the current year's contract rate. Individuals shall adhere to all institution regulations regarding conduct and performance. Individuals will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his/her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. The contractor will inform his/her employees that intoxicating beverages, drugs, weapons, etc., will not be allowed on institution property in any vehicle or upon any person. Any person suspected of utilizing intoxicating beverages, drugs, weapons, etc., in the performance of this contract will not be allowed on the premises of this institution. Introduction of contraband shall be subject to the penalties prescribed by 18 USC 1791. SCHEDULE OF REQUIRED INSURANCE: As required by FAR clause 52.228-5 entitled "Insurance-Work on a Government Installation," the contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed below: Workers' Compensation & Employer's Liability: The contractor shall comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (FAR 28.307-2(a)) General Liability: The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per accident or occurrence for bodily injury. This insurance shall include contractor's protective and liability. (FAR 28.307-2(b)) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (FAR 28.307-2(c)). Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) For such period as the laws of the State in which this contract is to be performed prescribe; or (2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall insert the substance of this clause, including this paragraph, in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES: In accordance with FAR 22.1016, the FAR clause located at 52.222-42 is incorporated into this contract by reference. Wage rates and fringe benefits that would be paid by the contracting activity to the various classes of service employees expected to be utilized under this contract if 5 U.S.C. 5341 or 5332 were applicable is $27.94 per hour for a WS-8 Truck Driver, $20.74 per hour for a WS-3 Recycling Laborer, and $20.01 per hour for a WS-2 Refuse Collector and does not include fringe benefits. This statement is provided for information purposes only, it is not a wage determination. SOLICITATION PROVISIONS: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov. I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) PROVISIONS 52.212-1 (JUN 2008) INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS The following provisions are incorporated into this solicitation by reference, pursuant to FAR 52.252-1: 52.217-5 (JULY 1990) EVALUATION OF OPTIONS 52.237-1 (APR 1984) SITE VISIT ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008) TAILORING: In accordance with FAR 12.302(a), the provision at 52.212-1 is hereby tailored to modify the following elements of the provision. All references to "offer" or "offeror" are changed to read "quote" or "quoter" At paragraph (c) 120 calendar days. At paragraphs (d), (h), and (i) are deleted in there entirety as they have been determined not to be applicable to this solicitation/contract. AWARD METHODOLOGY: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. The Government intends to award a contract under this request for quotations. Ths basis for selection shall be the lowest priced quote. The Government reserves the right to require the quoter to submit additional information as necessary to support a pre-award determination of responsibility. Upon satisfactory completion of all applicable certifications and representations, award will be made following an affirmative determination by the Government of a quoter's responsibility. The following provisions are incorporated into this solicitation by full text with applicable fill-in information as follows: 52.233-2 SERVICE OF PROTEST (SEP 2006) - (a) PROCUREMENT EXECUTIVE, FEDERAL BUREAU OF PRISONS, 320 FIRST STREET, N.W., ROOM 5006, WASHINGTON, D.C. 20534. 2852.233-70 PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (JAR) (JAN 1998) 52.27-103-71 FAITH-BASED AND COMMUNITY-BASED ORGANIZATIONS (AUG 2005) FREEDOM OF INFORMATION ACT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (AUG 2009) SUBMISSION OF QUOTES: Sealed quotes shall be submitted on or before the quote deadline of Thursday, October 29, 2009, no later than 3:00pm Central Standard Time. Quotes shall be submitted to the following address: Dennis Dempsey, Contract Specialist, Federal Bureau of Prisons, Field Acquisition Office, U.S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051. Mailed and hand-carried quotes must be delivered to the Contracting Officer at the address shown above. The official point of receipt for hand-carried quotes will be at the first floor reception area. Quotes received after the proposal deadline will be handled in accordance with FAR 52.212-1(f). Each quoter shall complete and submit the following forms, clauses, and statements with his/her quote. Failure to do so may cause your quote to be considered unacceptable. On letterhead, business stationary, or provided forms, the following information is required: 1). A brief profile and description of company experience and capabilities on letterhead or business stationary; 2). Schedule of Items: See Attachment II; 3). Completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009) (if different than ORCA); 4). Documentation of Qualifications: Photocopy of each document evidencing appropriate experience, certification, licensure, etc. A brief description of how the contractor plans to fulfill the contract, along with supporting documentation as indicated. The contractor must specifically identify the individual that will be performing these services under any subsequent contract award. 5). Business Management Questionnaire: See Attachment III. All potential quoters are advised that this solicitation includes the clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) which at paragraph (t), Central Contractor Registration (CCR), requires all contractors doing business with the Federal Government to be registered in the CCR database. Quoters should include their Data Universal Numbering System (DUNS) number in their quotes. The CO will verify registration in the CCR database prior to award by entering the potential awardee's DUNS number into the CCR database. Quoters are advised that the appropriate NAICS code must be provided in the CCR registration. FAILURE TO COMPLETE THE REGISTRATION PROCEDURES OUTLINED IN THIS PROVISION MAY RESULT IN ELIMINATION FROM CONSIDERATION FOR AWARD. Questions regarding this requirement may be directed in writing to Dennis Dempsey, Contract Specialist at the e-mail address listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP02090900001/listing.html)
 
Place of Performance
Address: Federal Correctional Institution McKean, Rt 59 & Big Shanty Rd., Lewis Run, Pennsylvania, 16738, United States
Zip Code: 16738
 
Record
SN01978629-W 20091003/091002000402-d32c75dd770b56abc3377288a591a046 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.