Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

S -- Manure Removal Service

Notice Date
4/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3972100141
 
Response Due
5/11/2010
 
Archive Date
4/9/2011
 
Point of Contact
Keith Boockholdt Contracting Officer 2026196394 Keith_Boockholdt@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
Combined Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation No. Q3972100141 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract (base year and 4 option years each of 12 months) for Commercial Items, using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This procurement is a commercial item. The estimated magnitude of this procurement is between $45,000.00 and $75,000.00 ($7,000.00 to $9,000.00 annually). In accordance with Federal Acquisition Regulation 19.10 Small Business Competitiveness Demonstration Program, the solicitation is open to all sizes of businesses. This procurement is 100-percent set-aside for small business concerns. The North American Industry Classification System (NAICS) is 562111; with a small business size standard of $ 12.5 million. Manure Removal Q3972100141Fixed Price - Indefinite-Delivery/Requirements Contract A. RequirementManure removal service for the United States Park Police horse stable Central District Stables H1, 17th & Independence Ave, SW (Entrance off of Homefront Drive at WWII Memorial) Washington, DC The supplier of the manure removal service shall provide one (1) 30 cubic yard dumpster, for the manure to be stored in and then hauled away. Vendor must be able to remove and deliver dumpster in all weather conditions. B. Delivery Drivers must be knowledgeable of the roadways and applicable restriction in the Washington D. C. Metro area. Dumpster service will be as needed. Verbal request are authorized. The Contracting Officer's Representative, who is the authorized individual to issue verbal request, will be identified after contract award. The Contracting Officer's Representative will telephone the Contractor of a need of service. The Contractor shall respond no later than 3 calendar days. All service to be made Monday through Friday between the hours of 6:00 a.m. and 2:00 p.m., holidays excluded. The contractor will notify the Contracting Officer's Representative in advance of removals and advise the location and approximate time of removal. Dumpster service shall be properly disposed. Contractor shall disclose to the Contracting Office where the contents are being properly disposed. C. Inspection Final inspection for service will be made at delivery sites in accordance with inspection clause FAR 52.212-4 Contract Terms and Conditions-Commercial Items. D. Request for Quote Note: Contractor shall place a price for all line items to be considered responsive. Per Dumpster Estimated Quantity Unit Price Yearly PickupsTotal PriceBase Year (Date of Award - One Year from Date of Award(12 months) $__________ 45* $_______________Option Year 1 (12 months) $__________ 45* $_______________ Option Year 2 (12 months) $__________ 45* $_______________ Option Year 3 (12 months) $__________ 45* $_______________ Option Year 4 (12 months) $__________ 45* $_______________Total of Base Year and All Option Years $ ===============*Quantity of service is estimated and not binding on the Government. Contractor shall be paid actual quantity ordered and approved by the Contracting Officer. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, FAR 52.219-19 Small Business Concern Representation for the Small Business Competitiveness Demonstration Program, FAR 52.219-21 Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). For full text of FAR Clauses, the web site address is www.arnet.gov. The Government will award to the responsible offeror based on the following: 1. Price, 2. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items. All offers must place a price for all line items to be considered responsive. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 11:00 am EST May 11, 2010 and can be sent to NATIONAL PARK SERVICE, ATTN: Keith Boockholdt, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720 CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6394 or emailed to Keith_Boockholdt@nps.gov All responsible sources may submit a quote which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3972100141/listing.html)
 
Place of Performance
Address: Washington, D.C.
Zip Code: 202420001
 
Record
SN02118350-W 20100411/100409235332-d333402fa329bb504899d3c27a2cc3f2 (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.