Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

P -- Sealed Bid for Refuse Collection at Ft. Leavenworth, KS

Notice Date
3/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF411B0002
 
Response Due
4/25/2011
 
Archive Date
6/24/2011
 
Point of Contact
Shelton L Watson, 913-684-1623
 
E-Mail Address
Fort Leavenworth DOC (W91AF4)
(shelton.watson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 dated 16 March 2011. The solicitation number is W91QF4-11-B-0002 and is issued as an Invitation for Bid (IFB). The requirement is set-aside as Unrestricted under NAICS 562111 with a size standard of $12.5M. The following FAR provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alt 1 (Offerors must submit an executed copy with their quotes); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders- Commercial Items, Fort Leavenworth, KS requires the following items/services: 0001: Provide trash removal and other services described in the SOW and Exhibit 1 for 1yr(52 weeks) 0002: Contractor Manpower Reporting for 1st yr 0003 (Option): Option for an additional yr 0004 (Option): Option for Contractor Manpower Reporting for 1st option yr 0005 (Option): Option for 2nd option yr. 0006 (Option): Option for Contractor Manpower Reporting for 2nd option yr Total:____________ For informational purposes, bidders should provide pricing for each container/compactor in Exhibit 1. The following FAR and DFARS provisions and clauses are hereby incorporated into this solicitation: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.204-4Printed or Copied Double-Sided on Recycled Paper 52.204-7Central Contractor Registration 52.204-9Personal Identity Verification of Contractor Personnel 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-5 Certification Regarding Responsibility Matters 52.209-6Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.214-3 Amendments to Invitations for Bids 52.214-4False Statements in Bids 52.214-5Submissions of Bids 52.214-6Explanation of Prospective Bidders 52.214-7Late Submissions, Modifications, and Withdrawals of Bids 52.214-10 Contract Award - Sealed Bidding 52.214-12Preparation of Bids 52.214-15Period of Acceptance of Bids 52.214-29Order of Precedence - Sealed Bidding 52.217-8Option to Extend Services 52.217-9Option to Extend the Term of the Contract 52.219-8Utilization of Small Business Concerns 52.219-28Post-Award Small Business Representation 52.222-3Convict Labor 52.222-19Child Labor - Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35Equal Opportunity for Veterans 52.222-37Employment Reports on Veterans 52.222-41Service Contract Act of 1965 52.222-54Employment Eligibility Verification 52.233-3 Protest after Award 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment and Vegetation 52.237-3Continuity of Services 52.252-2Clauses Incorporated by Reference 252.201-7000Contracting Officer's Representative 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.205-7000Provision of Information to Cooperative Agreement Holders 252.204-7006Billing Instructions 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.243-7002Requests for Equitable Adjustment 252.246-7000Material Inspection and Receiving Report 252.247-7024Notification of Transportation of Supplies by Sea The following Wage Determination applies to this solicitation: Wage Determination No.: 2005-2307 Revision No.: 11 Date Of Revision: 09/17/2010 All bidders must have a current Central Contractor Registration (CCR). Bids are due no later than 2:00pm Central Daylight Time on 25 April 2011. Bids will be opened promptly at this time. No electronic bids will be accepted. All bids shall reference solicitation number W91QF4-11-B-0002 in the subject line. The point of contact for this solicitation is Shelton Watson, Contract Specialist; phone (913)684-1623 (collect call will not be accepted) or via e-mail at shelton.watson@us.army.mil. Bids shall be submitted prior to the closing date and time of 25 April 2011 at 2:00pm CDT, to the following address: If using a commercial delivery service such as FedEx or UPS paper copies of the proposal shall be delivered to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC - FORT LEAVENWORTH ATTN: Shelton Watson 535 Kearney Avenue, RM Blochberger Terrace, Building 338 FORT LEAVENWORTH, KS 66027-1417 If using the USPS paper copies of the proposal shall be mailed to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC - FORT LEAVENWORTH ATTN: Shelton Watson 600 THOMAS AVENUE, RM 201 FORT LEAVENWORTH, KS 66027-1417 Technical Questions - shall be sent in writing to Mission and Installation Contracting Command Directorate of Contracting Fort Leavenworth, ATTN: Shelton Watson, 600 Thomas Ave, Ft. Leavenworth, KS 66027 or email to shelton.watson@us.army.mil. All questions must be submitted no later than April 11, 2011 4:00 p.m. CDT. Telephonic inquiries will not be accepted. Local Instructions: 1. CONTRACTOR MANPOWER REPORTING (CMR) ACCOUNTING FOR CONTRACTOR SERVICES a. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. b. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. c. The required information includes: (1) Contracting Office, Contracting Officer, and Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number, (3) Beginning and ending dates covered by reporting period, (4) Contractor name, address, phone number, E-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). d. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. e. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. f. Contractors may use a direct extensible Markup Language (XML) data transfer to the database server or fill in the Fields on the web site. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 2. RESTRICTED ACCESS TO MILITARY INSTALLATION (4600) COOPERATION WITH FORCE PROTECTION MEASURES a. As of January 1, 2002, the installation will institute 100% controlled access. Controlled access means there will be military police located at the entry gates. Vehicles entering the installation may be subject to stop and search procedures. At times of increased security alerts, control may be increased or access may be restricted completely. Some gates may be closed during periods of the day or night. b. The Contractor may be responsible for furnishing to each employee, and for requiring each employee engaged on the work, to display or possess identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer for cancellation upon the release of any employee. c. Contractors shall obtain a vehicle registration pass for each contractor vehicle and for each contractor-employee's private vehicle brought onto the installation. To register a vehicle, the operator will be required to provide proof of vehicle registration, driver's license and proof of insurance. Passes issued to contractors and their employees are valid for 90 days and must be renewed upon expiration. d. Prior to vehicle registration, contractors shall provide a roster of all employees' names who will access the Fort during the performance of the contract. That roster shall be provided to the Contracting Officer and to the Provost Marshal's Office (PMO). That roster shall be subsequently updated by the contractor as changes occur and provided to the Contracting Officer and to the PMO. It is the responsibility of the contractor to provide the Contracting Officer and the PMO the names of all terminated employees as they occur. e. The contractor agrees to abide by and cooperate with Force Protection measures that are implemented on the military installation. 3. RESTRICTIVE USE OF CAMERAS, VIDEOS, AND DIGITAL CAMERA DEVICES Installation security measures prohibit prospective bidders and contractors from taking pictures and/or videos on Post unless prior permission is sought and received from the Contracting Officer. Permission may be sought by contacting the Contracting Officer verbally or in writing. Use of cameras or other picture taking devices without proper approval may be considered a violation of Installation Security and prosecution of such violations may be subsequently induced. 4. SAFETY AND ACCIDENT PREVENTION (4081) In performing work under this contract the Contractor shall-- a. Conform to the specific safety requirements established by this contract; b. Comply with the safety rules of the Government installation that concern related activities not directly addressed in this contract; c. Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and d. Take such additional immediate precautions as the Contracting Officer may reasonably require for safety and accident prevention purposes. The installation Safety Officer will be responsible for monitoring the Contractor in the area of safety and accident prevention. 5. LEGAL PUBLIC HOLIDAYS (4516) The following is a list of legal public holidays, which is provided for informational purposes in which the government will not be open for business. New Year's Day....................1 January Martin Luther King's Birthday.....third Monday in January Presidents' Day...................third Monday in February Memorial Day......................last Monday in May Independence Day..................4 July Labor Day.........................first Monday in September Columbus Day......................second Monday in October Veterans' Day.....................11 November Thanksgiving Day..................fourth Thursday in November Christmas Day.....................25 December NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday. Holidays falling on a Sunday will be observed on the following Monday. 6. CONDUCT OF EMPLOYEES (4055) The contractor is fully responsible for the performance and conduct of his employees at all times while on post performing under this contract. The contractor shall not allow any employee to perform work under this contract while under the influence of alcohol, drugs, or any other incapacitating agent. Military police and other law enforcement personnel on post have the right to deny entry to post or remove from post any contractor employee for misconduct which endangers the health or safety of people or property or for reasons of security. In addition, the Post Commander may bar any individual from entering the post under the authority of 18 U.S.C. 1382. Removal from post of a contractor employee in accordance with the above shall not relieve the contractor from the requirements to meet all of the terms and conditions of the contract; nor shall such removal be grounds for the contractor to file a claim. 7. RELEASE OF NEWS INFORMATION (4071) No news release (including photographs and films, public announcements or denial or confirmation of same) on any part of the subject matter of this contract shall be made without the prior written approval of the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a5cb62d5366f89adda8a0041a18264c)
 
Place of Performance
Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN02409265-W 20110327/110325234259-3a5cb62d5366f89adda8a0041a18264c (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.