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

99 -- Solid Waste Collection

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GETT Gettysburg National Military Park, Administration 1000 Biglerville Road Gettysburg PA 17325
 
ZIP Code
17325
 
Solicitation Number
Q4860100418
 
Archive Date
3/30/2011
 
Point of Contact
Kever L.Swafford Contract specialist 7173343139 KSwafford@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
1. Classification Code:5610 - SANITARY SERVICES 2. NAICS Code: 562111- Solid Waste Collection 3. Solicitation Number: Q4860100418 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. 7. This action is being set aside for small business participation. 8. BID SCHEDULE:Solid Waste Disposal C&D Description Takeoff Qty Order Qty Unit Price Per Pull Charge 1.00 ea 1.00 ea Per ton charge 1.00 ton 1.00 ton Per Pull Charge - Emergency 1.00 ea 1.00 eaPer Ton Charge - Emergency 1.00 ton 1.00 tonService Specifications: In Accordance with attached Scope of Work. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Feb 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Feb 2009), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (JUN 2007)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-36 Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Feb 2009), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting, please refer to Solicitation Q4860100418. Point of contact is Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Closing date and time for receipt of quote is Friday, April 9, 2010, at 04:00 pm, Eastern Standard Time. Contractors may fax quotes to (717)334-6871 or mail hard copies to Gettysburg National Military Park, Administration, 1000 Biglerville Road, Gettysburg, PA 17325. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov SCOPE OF WORKDisposal of Solid Waste - Construction and Demolition Valley Forge National Historic ParkKing of Prussia, Pennsylvania Background On average, Valley Forge National Historical Park (VFNHP) generates approximately 50 tons of Construction & Demolition Waste annually. Currently Construction & Demolition Waste is transported by Park staff from buildings, park facilities and other locations within the Park to the Maintenance Complex. The Maintenance Complex is located at 6000 County Line Road, King of Prussia, PA 19406. Construction and Demolition debris is picked up by a contractor and transported to a permitted landfill or recycled as appropriate. Applicable Regulations "Title 25 Consolidated Statute Article VIII Chapters 271-285 - MUNICIPAL WASTE "Title 25 Consolidated Statute Article IX Chapters 287-299 - RESIDUAL WASTE Scope This scope of work has been prepared from the current knowledge of the physical conditions and previously disclosed surveys and work activities. It is the responsibility of the contractor to inspect all existing conditions prior to commencement of work and also comply with the Valley Forge National Historic Park's Health and Safety Plan, which is to include all Local, State, and Federal Codes and Regulations during the execution of the work that is to be performed in association with this project. Work to be Performed a.The contractor shall provide a 30 cubic yard open roll-off container, suitable for Construction and Demolition Debris. The design of the container shall permit a tarp to be affixed with clamps, and easily removed during dumpster loading and unloading. VFNHP shall provide the tarp and clamps. Container to be picked up as needed (we will call). b.The contractor shall clearly outline methods or procedures needed to package or handle the trash by park staff. Preference shall be given to those methods or procedures which avoid the extra separation or handling by park staff and do not involve special purchases of supplies, materials and equipment by the park to separate or handle the waste. c.Any dumpster found to be sufficiently dented, deformed, twisted or in any damaged condition shall be promptly replaced within 1 working day by the contractor upon notification or discovery. The replacement dumpster shall meet the requirements of paragraph a. of this section. d.Each dumpster shall have a sign or label affixed to it that shows the contents that will be placed in it, i.e. CONSTRUCTION AND DEMOLITION. The sign shall be promptly replaced by the contractor if found to be obscured, damaged or unreadable.e.Any debris or contents of the dumpster(s) spilled during loading shall be promptly cleaned up by the contractor.f. The Maintenance Complex is located in a locked and secured compound and is normally open between 7:00 and 3:30 p.m. weekdays (Monday through Friday). The area will not be accessible on weekends or Federal Holidays except in the case of an emergency pickup requested and approved in advance by VFNHP. All work performed by the contractor shall be within these designated normal hours of operation except in the case of emergency pickup.g.The contractor shall drive at slow speed and with caution while within the Maintenance Complex and be alert for employees, vehicles, trucks and equipment. The driver shall promptly report any accidents or damages to government property to the Contracting Officers Technical Representative (COTR). The dumpsters are located in a remote area of an old limestone quarry. The quarry is located with an Area of Concern for the Valley Forge Asbestos release site and while normal surface disturbance is permitted, the contractor shall not perform any activity that involves subsurface digging within the area. h.Servicing of the container shall be on an as needed (we will call) basis. VFNHP will notify the Contractor 24 hours (1 working day) in advance to schedule service. For service during normal operating hours (7:00 a.m. to 3:30 p.m. Monday through Friday excluding Federal Holidays) the Contractor shall bill VFNHP (1) a fixed, established Per Pull charge which includes transportation charges, pick-up and replacement of the container and any rental or administrative costs and (2) a fixed, established Tonnage/tipping fee per ton for the actual tonnage for that pull. The contractor shall provide the Park with a copy of the actual weight ticket for each haul along with an invoice which will include the service date, the actual weight disposed of (in tons), and a description of the waste i.e. Construction & Demolition Debris. The invoice shall also reference the award document, the price per ton, and any rental fees. All administrative, fuel and environmental surcharges shall be clearly spelled out by the contractor. For emergency service requested by VFNHP during periods outside of normal operating hours, weekends, or on Federal Holidays the Contractor shall bill VFNHP (1) a fixed, established Per Pull Emergency charge which includes transportation charges, pick-up and replacement of the container and any rental or administrative costs and (2) a fixed, established Tonnage/tipping fee per ton for the actual tonnage for that pull. The contractor shall provide the Park with a copy of the actual weight ticket for each haul along with an invoice which will include the service date, the actual weight disposed of (in tons), and a description of the waste i.e. Construction & Demolition Debris. The invoice shall also reference the award document, the price per ton, and any rental fees. All administrative, fuel and environmental surcharges shall be clearly spelled out by the contractor. NPS ResponsibilitiesThe National Park Service shall:"Allow the contractor access to the site to empty and maintain the dumpster during normal working hours during non-holiday weekdays."Keep the lids on all dumpsters secure to keep animals and rainwater, etc. from accumulating inside the dumpster. "Report any observed damage to the dumpsters to the contractor and well as any damages caused by NPS vehicles or equipment. Key NPS and Contact Information:"The Contracting Specialist (CS) is Kever L. Swafford and can be reached at (717) 334-3139."The Contracting Officers Technical Representatives (COTR) for the project is Ronald Boice - Facility Operations Specialist. Mr. Boice can be reached at (610) 783-1024 or by cell phone at (484) 505-8408. "911 shall be called in the event of an emergency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4860100418/listing.html)
 
Place of Performance
Address: Valley Forge National Historic ParkKing of Prussia, Pennsylvania
Zip Code: 19406
 
Record
SN02106936-W 20100401/100330235428-0b32f9e458861cb240dfbae6e362aa93 (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.