Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
MODIFICATION

S -- Trash and Recycling Collection and Disposal Service

Notice Date
4/20/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3460100013
 
Response Due
4/27/2010
 
Archive Date
4/20/2011
 
Point of Contact
Linda Hook Contract Specialist 2026196367 linda_k_hook@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
STATEMENT OF WORKSolid Waste & Recycling Services for Ford's Theatre National Historic Site C.1TITLE Provide collection and disposal of solid and recyclable waste that is generated on government-owned and government operated premises. Seasonal variances in the amount of solid waste requiring collection and disposal may apply. C.2DESCRIPTION OF WORK The contractor shall provide all labor, equipment, supplies, materials, and incidentals, except as otherwise noted herein, necessary for the collection and disposal of solid wastes and recyclable materials. Additional collections may be ordered. All work is to be performed at the specific structures listed below. Locations: Ford's Theatre National Historic Site Petersen House511 10th Street NW, 516 10th Street NWWashington DC 20004Washington DC 20004C.3 CONTRACTOR PERSONNEL a)The Contractor shall assign a designated representative with full authority to act on behalf of the Contractor in directing all operations whenever any contract work is underway. This designation shall be in writing and will include any authority of the Contractor excepted by the designation. Upon Contract award and prior to receiving the Notice to Proceed, the Contractor shall provide to the CORs the name of this designated person and their contact information. b)The Contractor's representative will exercise overall management responsibility for the Contract effort, receive technical direction, and handle problems arising under the Contract. The Contractor's representative is further responsible for coordinating matters of mutual concern with the Government representatives. c) The Contractor shall supervise the removal, transportation, and disposal of the solid waste to ensure compliance with the terms and conditions of this Contract. d)The Contractor shall provide drivers, as well as, other employees necessary to work under this Contract that have participated in organizational driver training and safety programs. Every driver performing under this Contract shall possess at all times a current commercial driver license (CDL) valid in the State of Maryland, the State of Virginia, and the District of Columbia for the type of vehicle being operated. e)The Contractor shall furnish all solid waste containers required for use during the term of this Contract, and any extensions thereof. Minimum container size shall be; 4 cubic yard (CY) capacity-front end dumpster for solid waste, 4 cubic yard front end dumpster for comingled recyclable materials (Cardboard, Plastic Bottles, Aluminum Cans, Steel/Tin Cans, Newspapers, Magazines & Catalogs, Office Paper, Notebook Paper, Shredded Paper, Brochures, Gift Boxes, Beverage Carriers, Glass Bottles and Jars). Maximum container size shall be 4CY capacity-front end dumpster for both comingled recycling and solid waste. The contractor shall provide one 20 cubic yard dumpster twice per year for spring cleaning. The 20 cubic yard dumpster shall be delivered and removed within 12 hours of COR's request. f)The Contractor shall furnish the collection containers for each service area once exercised. Containers must be the sizes: One 4 cubic yard dumpster for solid wasteOne 4 cubic yard dumpster for comingled recyclable material One 20 cubic yard dumpster, twice a year (on call) Each container placed in service area shall meet the following minimum specifications: 1.All metal construction;2.Watertight to prevent leakage of liquid or other wet waste;3.Washable with all drainage plugs operable;4.Durable, workable wheels;5.Lid material not less than 1/8" and not more than 3/16" thickness;6.Lids or covers shall be tight fitted to prohibit entry into the containers by animals.7.Handles shall be functional and shall not have sharp edges. C.4CONTRACTOR DELIVERY & PICK-UP SCHEDULE a)All collection and disposal services shall be performed during daylight hours. Collection services on park grounds or residential areas shall not begin prior to 6:00 am. Collection service dates for solid waste removal shall be four times a week on Monday, Tuesday, Thursday and Friday with the exception of two additional calls per year due to special events, to be removed and replaced within 12 hours. Collection service for recyclable materials shall be twice a week on Monday and Thursday. The contractor shall deliver one 20 yard dumpster twice per year within 12 hours of COR's request. Confirmation of specific days of the week and times will be negotiated with the respective COR after award. The Contractor, after award of the Contract and prior to commencement of services, shall provide, for approval by the COR, a route schedule which outlines the approximate pickup time for each area of the Price Schedule. If, for any reason during the performance period of the Contract, the accepted schedule cannot be followed, the Contractor shall immediately notify the Contracting Officer or his/her Representative. b) Contractor shall conduct operations so as to have minimum impact on visitor activities, and to impose minimum interference with the normal use of roads, structures, utilities, or other Park facilities. Special care shall be exercised to prevent damage to Park and adjacent properties.c)The Contractor shall practice safe work habits at all times while performing under this contract. All contract operations will be in accordance with the applicable standards of the Occupational Safety and Health Act (OSHA) and other appropriate Federal or State safety regulations. The Parks' Safety Officer shall have the right to inspect the Contractor's operations in the Parks at any time. d)The Contractor shall comply with all legal load restrictions in the hauling of equipment or materials on public roads beyond the limits of this project. Rules and regulations for vehicular traffic on National Park Service (NPS) roads are promulgated by the Superintendent and are available to the public. A Special Permit is not required for access to NPS property; performance of the services under this contract serves as the permit. This permitting will not relieve the Contractor of liability for damages resulting from their operations. e)Failure by the Contractor to remove the solid waste and recyclable material within the time specified or to not comply with all other terms of the Contract may result in the Contractor's default in performance of the Contract. C.5 DELIVERY AND MAINTENANCE OF CONTAINERS a) Contractor shall contact COR listed (names and contact information provided after award) to establish a container delivery schedule. A delivery schedule of containers shall be submitted to the respective COR. The exact location and approval of container and types prior to placement of the container(s) will be directed by the COR. The Contractor shall notify the COR of any problems associated with container delivery in order to resolve any unanticipated logistical problems or misinformation. b)Contractor-owned containers furnished for use at the park shall be removed at the end of the life of the contract. c)The Contractor shall be responsible for the delivery, maintenance, and removal of containers and equipment throughout the contract period. All containers, both contractor and Government furnished, shall be kept free from holes, vermin, or foreign matter which might cause injury or stain clothing. The containers must not emit unpleasant odors, as identified by the COR. The container shall be immediately corrected by the contractor at the contractor's expense. Failure by the contractor to take action to correct the container(s) defective condition will be grounds for finding the contractor in default and may cause the termination of the Contract. d)Containers shall be kept in proper repair at all times, cleaned and sanitized in accordance with the sanitation codes (Federal or District of Columbia). Waste water shall be emptied into trash collection trucks. All containers services by the contractor shall be immersed inside with a U.S. manufactured, EPA approved deodorizer after emptying, twice a month during the period of April, May, June, July, August and September, and once a month during the period October, November, December, January, February, and March for those containers in use. Submit to the COR the method and any product proposed for deodorizing containers. All containers shall be steam cleaned on a quarterly basis. Contractor shall submit to the COR the method and any product proposed for the steam cleaning of containers. The contractor shall furnish to the CORs for approval a schedule of deodorizing and steam cleaning containers, with the submittal of intended deodorizer and intended method of use within five (5) days after Contract award. e)The Contractor shall provide additional pickups within 24 hours of request by the COR, including weekends and holidays. Payment for additional pickups will be at the unit price stated within this Contract Schedule for the respective location. f)The Containers shall be both picked up and returned empty on the same day. Lids shall be placed tightly on all containers (that are authorized to have lids) after emptying. Also, all containers shall be returned substantially on the landing pad after emptying (for those areas with landing pads). g)The Contractor shall provide substitute container(s) within 24 hours of notification of defective container(s), including weekends and holidays for Government-considered critical areas h)All containers shall be approved by the COR before use. i)The Government will not be responsible for defacement or other damages resulting from acts of vandalism or malicious mischief caused by visitors to the Parks. Contractor will be responsible for the removal of graffiti on all containers. The Government reserves the right to attach public safety or use instructions on the containers as deemed necessary without damage to the containers. The Government will remove the instructions at the end of the Contract period. j)The Contractor shall immediately notify the COR of any service/repair that may be needed on Government-owned containers. k)The Contractor shall remove all containers from the site upon the expiration of this Contract. C.6CONTRACTOR VEHICLES a)The Contractor shall use vehicles equipped with for the collection and transportation of solid wastes and recyclable materials. These units must be sealed to prevent leakage of liquid or other waste materials. Contractor shall immediately clean up any leakage or spills resulting from Contractor's vehicles or operations. Vehicles must be equipped to handle containers when used in areas where the type of container has been specified. Contractor vehicles shall be operated only on designated roadways, driveways, and parking areas. All vehicles used in the performance of this Contract shall be kept clean, in good mechanical condition, painted to present a good appearance, meet all applicable State of Virginia, State of Maryland, and District of Columbia Department of Motor Vehicles Codes, show evidence of annual safety inspections performed by either the States or District, and display proper registration and license. All Contractor vehicles shall be equipped with approved backup alarms. b)Alarms shall be maintained in operating conditions at all times. All advertising or other slogans, logos, or pictures, other than the Contractor's firm name, are prohibited. c)In the event of serious mechanical breakdown, the Contractor must have reserve equipment available to continue performance as called for in this contract. d)THE CONTRACTING OFFICER MAY APPROVE AN ALTERNATE VEHICLE TYPE IN SPECIFIC AREAS WHERE USE OF A COMPACTOR UNIT IS CONSIDERED UNSAFE, OR WHEN ITS USE COULD OTHERWISE AFFECT THE SAFE FLOW OF TRAFFIC. SUCH APPROVAL IS CONTINGENT UPON RECEIPT OF EVIDENCE THAT THE VEHICLE PROPOSED FOR ALTERNATE USE MEETS THE SAME STANDARDS OF APPEARANCE, INSPECTIONS, REGISTRATIONS, LICENSING, AND BACKUP ALARMS REQUIRED FOR THE PRIMARY, COMPACTOR-TYPE, COLLECTION UNITS. e)Solid waste, which is collected in authorized alternate vehicles, shall be transferred directly from these vehicles into compactor-type units as soon as possible. Under no circumstances will trash be temporarily stored at other collection sites or placed in other containers for later pickup by the compactor on NPS property. When authorized, alternate vehicles shall be equipped to prevent leakage of liquid or loss of materials while collecting or transporting garbage. C.7 GOVERNMENT-FURNISHED PROPERTY AND SERVICES Access to Government Facilities will be provided during the life of the contract. The rights of ingress and egress to and from Government facilities for the Contractor will be made available as required. C.8REGULATORY COMPLIANCE, PERMITS, AND LICENSES a)The Contractor shall have applicable licenses and permits necessary to perform the work required under this contract prior to the start of performance. Proof of all licenses, State and local permits shall be current and provided to the Contracting Officer upon request as well as copies of any organizational participation in driver training and safety programs. b)The Contractor shall, without expense to the Government, be responsible for obtaining any necessary licenses and permits, and complying with any applicable Federal, State, and municipal laws, codes, and regulations. c)The Contractor shall perform operations associated with this contract in accordance with all current Federal and State environmental protection regulations applicable to the management of solid waste. C.9DISPOSAL SITES AND FEES a)All solid waste collected as a result of this Contract shall be disposed of outside of these Parks, at disposal sites meeting State of Virginia, State of Maryland, or District of Columbia sanitation standards. The Contractor shall identify disposal sites used in conjunction with this Contract prior to issuance of a Notice to Proceed. The Contractor shall notify the Contracting Officer of the specific violations, how they were rectified, if violations are ongoing, and whether they are still using that particular disposal site or facility. b)If at any time during the course of this contract, a disposal site(s) used by the Contractor receives a Notice of Violation, the Contractor shall immediately notify the CO. c)The Government reserves the right to negotiate which disposal site is used if the Contractor is affiliated with several facilities. d)All Contractor's delivery tickets for solid waste and recyclables shall be given to the COR as proof of service performed. The Contractor shall indicate in the ticket their company name, truck number, date, and container pickup location. Both the COR and the Contractor's driver shall sign the ticket upon completion of the pickup(s). The Contractor shall leave one (1) copy of the ticket with the COR. Another copy shall be submitted with the Contractor's monthly invoice to the COR. e)The Contractor shall be accountable for the delivery tickets. If a ticket is lost, the Contractor shall furnish the COR with the voided ticket or a written explanation for the lost ticket. f)Legible copies of the tickets given by the landfill/transfer station for dumping the roll-off containers must accompany itemized invoices. The weight of the roll-off container's content, the size of the container and the location of where it was picked up must be specified on the ticket. g)The Contractor is responsible for paying all fees levied for the disposal of waste. A current fee schedule for the disposal site to be used will be submitted prior to beginning performance under this Contract. Should the County or other public authority having jurisdiction over the levying of such fees authorize any changes in the fee schedule during the period of performance of this Contract, the Contracting Officer (CO) may approve an appropriate increase/decrease in the compensation schedule equivalent to the change in the fee schedule. It is the Contractor's responsibility to provide the Contracting Officer with revised fee schedules to support any requests for adjustments in compensation. C.10CONTRACT CHANGES a)The Government reserves the right to add or delete sites and parks under the jurisdiction of the FOTH during the performance of this Contract. The service cost incurred for any additional site or park not listed in this Price Schedule will be negotiated and added to this Contract's Price Schedule. Any site or park deleted will be deleted from the Price Schedule under this Contract without any expense to the Government. However, if the Contractor has performed work for the location up to the date the location becomes deleted, the Government will pay those actual costs incurred by performance under this Contract. b)Option Year line items will be evaluated for award purposes, but only those items that are exercised will be added to the Contract. Future exercise of line items options will be made by the Contracting Officer Representatives (COR) through the Contract modification executed by the Contracting Officer. All line items, once exercised, will be added and considered as "required services." c)The Government may, at its discretion, extend the terms of the contract for not more than four additional one-year periods in accordance with FAR 52.217-09. C.11PRE-SERVICE MEETING Following award and prior to the issuance of a Notice to Proceed, the CO and any designated representatives, together with the Contractor and any designated representatives, shall meet jointly to discuss the details of this contract. The purpose of this meeting will be to mutually discuss the intent, clarify all terms, conditions, and special provisions, and to resolve any misunderstandings. The date and time of this meeting will be mutually agreed upon as soon as possible after contract award. The Contractor can present his tentative work schedule and other, required submittals, at this meeting. C.12BILLING The Contractor shall submit an invoice monthly. The COR(s) will work with the Contractor after award to establish the most efficient manner to bill that will be agreeable to both the Government and to the Contractor. a)Invoices will be accepted by the Government only after services are rendered. Invoices received before the performance of service will be returned to the Contractor. b)After awarded, but before service performance, the Contractor shall submit to the COR(s) the percentage of each unit price that correlates exclusively to the landfill rate for each unit price given for solid waste removal stated on this Contract Price Schedule. Also, the Contractor shall submit to the COR written evidence of the current landfill rates for all of the landfill facilities to be used with the performance of this contract.If a significant increase in the rate dominated by the disposal facility rises and there are no less expensive substitution facilities available, the Contractor shall submit to the CO written evidence of the facility's new rate with a request for a price adjustment in the form of a claim in accordance with FAR 52.233-1 Disputes clause. The CO will render a determination for the Government based on the claim. If the decision is made to agree with the Contractor, each of the Contractor's unit prices will be evaluated using the Contractor's own percentage of each unit price for solid waste and the difference with the new landfill rate minus the old rate. The unit price will increase only by the difference in the change multiplied by the Contractor's own percentage rate. c)Invoices shall contain the following to be considered proper: (1) The Contractor shall submit an original invoice (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (xi) Period of Performance C.13VERIFICATION OF SERVICE a)The Contractor shall forward all monthly invoices to the COR. b)Copies of the park's individual service and respective charges shall be faxed to the CO or designated representative. c)The COR will be responsible for checking the invoice against Contract requirements and verify service items indicated on the invoice. If service was not delivered or incorrectly invoiced, the COR will document in writing the discrepancies and will forward to the CO within 5 working days from the date the COR received the invoice. d)If the respective COR does not contact the CO within 5 working days, it will be assumed the invoice is correct and has been approved by the COR. The COR will retain copies of the approved invoice for their records and for future reference if questions should arise. e)Invoices will then be processed for payment by the CO or designated representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3460100013/listing.html)
 
Place of Performance
Address: Washington, D.C.
Zip Code: 20242
 
Record
SN02127428-W 20100422/100420235650-0066d5197c88fc6dc0aeb0c874c13018 (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.