Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

99 -- RUBBISH REMOVAL SERVICE - SPECIFICATIONS

Notice Date
2/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
464-11MR-2724
 
Archive Date
3/11/2011
 
Point of Contact
Jo D. Scott,
 
E-Mail Address
scott.jo@dol.gov
(scott.jo@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA - WAGE DETERMINATION 2005-2573 RFQ - BASE & OPTION YR. WORKSHEET SPECIFICATIONS FOR RUBBISH REMOVAL This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. The solicitation number is 464-11MR-2724 assigned for tracking purposes only, and is issued as a Request for Quotes. No other solicitation will be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111 with a small business size standard of $12,500,000.00. This requirement is a Small Business set-aside and only qualified offerors will be considered. MSHA seeks vendors that can provide rubbish removal service to the Approval & Certification Center, 765 Technology Drive (Dallas Pike area), Triadelphia, WV per specifications in attachment. The A&CC is located just off the Dallas Pike Exit 11 of Interstate 70 near Wheeling, WV. Directions to the A&CC can be found on the web at: http://www.msha.gov/TECHSUPP/ACC/directions.pdf. A firm fixed price contract is anticipated for this project. Contract is Base Year plus four (4) Option Years. Period of Performance will be April 1, 2011 through March 31, 2012 with all Option Years being from April 1 through March 31 of the following year. In order to be considered for the award, quotes must be provided for Base Year and all Option Years. Attachments are included for the Base and Option Year pricing. Award will be made to the lowest price, technically acceptable offeror. Any questions are due by February 14, 2011 at 1:00 p.m. EST. Questions not received by this deadline may not be considered. Answers to all questions will be posted to FBO website as soon as possible after this date, but in sufficient time for final quote to be prepared and submitted. Questions must be submitted to scott.jo@dol.gov in PDF form or MS Word Office/Excel 2003 compatible files with a font size at least a 10 point. No Vista or Zip files should be submitted. NO TELEPHONE CALLS WILL BE ACCEPTED. All Contractor personnel will be issued a "Visitors" badge when they sign at the guard gate and will give back when they exit the property. They are required to have the badges on them at all times while on government property. Offerors must submit with quote, a copy of business license, proof of insurance and permit application. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA website at https://orca.bpn.gov. Quotes must be submitted in PDF form or MS Word/Excel 2003 compatible files to scott.jo@dol.gov by February 24, 2011 at 11:00 a.m. EST. The font size should be at least a 10 point. NOTE: No Vista or Zip files should be submitted. The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: 52.212-3 Offeror Representations and Certifications; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.204-7, 52.204-9, 52.216-24, 52.216-25, 52.219-28, 52.222-3, 52.222-53, 52.223-13, 52.223-14, 52.225-13, 52.232-1, 52.232-32, 52.233-1, 52.233-2, 52.233-4, 52.237-1, 52.237-2, 52.237-11, and 52.244-6. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. When quote is provided, please carefully read FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requirements and provide written confirmation if you meet all criteria. Service Contract Act (SCA) with wage determination (2005-2573, Revision #13 dated 9/14/10) is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/464-11MR-2724/listing.html)
 
Place of Performance
Address: 1301 AIRPORT ROAD, BEAVER, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02374245-W 20110209/110207234029-ef60364cccc63dc1f670c923008acdc6 (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.