Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

S -- Grease Trap Pumping - ATTACHMENT III - ATTACHMENT II

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Justice, Bureau of Prisons, USP Lee County, PO BOX 900, Lee County Industrial Park, Hickory Flats Road, Pennington Gap, Virginia, 24277
 
ZIP Code
24277
 
Solicitation Number
RFQP0117100020
 
Archive Date
5/4/2010
 
Point of Contact
Diane L. Keefer, Phone: 276-546-0150 EXT 1012, Sabrina Wilson, Phone: 276-546-0150 x1007
 
E-Mail Address
dkeefer@bop.gov, s5wilson@bop.gov
(dkeefer@bop.gov, s5wilson@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
SCHEDULE OF ITEMS BUSINESS MANAGEMENT QUESTIONNAIRE 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 RFQP0117100020. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. Upon request, the Contracting Officer will make their full text version available. Also, the full text version may be accessed electronically at: 1. www.acquisition.gov/far. This action is unrestricted. The North American Industrial Classification System (NAICS) Code is 562998 - All Other Miscellaneous Waste Management Services and the Small Business Size Standard is $7.0 Million. STATEMENT OF WORK: SOLID WASTE COLLECTION SERVICES GENERAL INFORMATION: The Federal Bureau of Prisons, United States Penitentiary - Lee, Pennington Gap, Virginia, intends to award a firm-fixed price indefinite-delivery, requirements type contract for the provision of grease trap pumping outlined in this statement of work to be performed for the United States Penitentiary (USP) and Federal Prison Camp (FPC) located in Pennington Gap, Virginia. General information regarding the Federal Bureau of Prisons (FBOP) and its facilities, including USP Lee, is located at www.bop.gov. PLACE OF PERFORMANCE: Place of performance is the FPC and USP located at the Lee County Industrial Park on Hickory Flats Road in Pennington Gap, Virginia. The grease traps are located in the rear dock area of the United States Penitentiary (5,000 gallon in-ground grease interceptor) and the rear dock area of the Federal Prison Camp (3,500 gallon in-ground grease interceptor).. REQUIRED SERVICES: The contractor will provide services outlined in the statement of work to USP Lee with all labor, transportation, services, transportation and disposal of waste grease approved by the state of Virginia, in accordance with all federal, state, and local codes and laws, and must meet all EPA requirements and standards. Contractor will provide USP Lee with a service ticket that outlines the quantity, in gallons, of grease pumped and transported at the time the services are rendered. SCHEDULE: The contractor will be required to perform removal services of grease and food waste approximately every 8 weeks between the hours of 12:00 a.m. and 6:00 a.m., excluding federal holidays. SUPPLIES/DESCRIPTION OF SERVICES: The contractor will provide the truck and equipment capable of pumping and disposing of approximately 8,500 gallons of grease from grease traps on an 8 week schedule. The contractor shall be responsible and become the sole owner of all grease and waste from the Government owned grease interceptors after the grease has been uploaded to contractors trucks and equipment. It is then the sole responsibility of the contractor to dispose of all collected material in a lawful and proper manner. INSTITUTION SECURITY: The contractor agrees to adhere to all regulations prescribed by the institution for the safety, custody, and conduct of inmates. Access to the containers will be availably only during the scheduled hours, unless prior approval of the Contract Monitor is obtained. PAYMENT OF SERVICES: Invoices shall be submitted and paid after services are provided. Each invoice shall provide gallon amounts and the total amount charged. 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. This information is required for proper payment of services. Payments shall be made in accordance with FAR 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, state, 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 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 USP Lee are being performed. PRICING METHODOLOGY: The contractor shall grease trap pumping 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. 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. ORDERING OFFICIAL: In accordance with FAR 52.216-18, request for services will be made via issuance of individual task orders. 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 INSTALLATION 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.2852.223-70 UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JAR)(JUN 1996) 52.21-603-70 CONTRACT MONITOR (CM)(AUG 2008) (a) Jeff Dean, Engineering Technician, Facilities Department, USP Lee, P.O. Box 900, Jonesville, VA 24263,. 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 Wage Determination: 2005-2400, Revision #9, Dated: 10/22/2009. 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 May 1, 2010. PERIOD OF PERFORMANCE: The anticipated period of performance of the resulting contract will be as follows: May 1, 2010 through September 30, 2010. Grease trap pumping will occur approximately every 8 weeks. CONTRACT ADMINISTRATION: Authority to negotiate changes in the terms, conditions, or amounts cited in this contract is reserved to the Contracting Officer. 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. 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 cover by the Service Contract Act. 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 USP Lee is responsible for conducting the appropriate vouchering and law enforcement checks and ensuring this 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); and 3). OPM-329-A (Authority for Release of Information). 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. The final determination and completion of the security investigation procedures will be made at the sole discretion of the institution. 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 USP Lee. The purpose of this program is to familiarize individuals with institution operations, the institution, and general rules of conduct and procedures inside the institution. 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. 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. 5343(d) were applicable is $22.54 per hour for a WS-8 Truck Driver 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: 52.237-1 (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: Quoters are advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. Sealed quotes shall be submitted on or before the quote deadline of Monday, April 19, 2010, no later than 3:00pm Eastern Standard Time. Mailed quotes via the U.S. Postal Service and hand delivered quotes shall be submitted to the following address: Diane Keefer, Contract Specialist, Federal Bureau of Prisons, United States Penitentiary, Lee, PO Box 900, Jonesville, VA 24263. The official point of receipt for hand-carried quotes will be at the lobby office area. If mailing via fedex or UPS, quotes must be delivered to the following address: Diane Keefer, Contract Specialist, Contracting Officer, United States Penitentiary - Lee, Lee County Industrial Park, Hickory Flats Road, Pennington Gap, VA 24277. 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 from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov; 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 Diane Keefer, Contract Specialist at the e-mail address listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/11704/RFQP0117100020/listing.html)
 
Place of Performance
Address: Federal Prison Camp and United States Penitentiary - Lee, located at the Lee County Industrial Park, on Hickory Flats Road in Pennington Gap, Virginia. The grease traps are located at the rear dock of the USP and the rear dock of the FPC., Pennington Gap, Virginia, 24277, United States
Zip Code: 24277
 
Record
SN02106925-W 20100401/100330235422-082458cf284bbf5d873a4e11c2115bf7 (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.