Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

99 -- Landfill for construction/demolition waste within 25 miles of Aberdeen Proving Ground, MD.

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562212 — Solid Waste Landfill
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-11-T-0433
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
Ginger Babcock, 410-306-1517
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(virginia.l.babcock4.civ@mail.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. The combined synopsis/ solicitation number is W91ZLK-11-T-0433 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This requirement is Unrestricted. The associated North America Industry Classification System (NAICS) Code is 562212 and the Business Size Standard is $12.5 Million. The Government contemplates award of a Firm-Fixed Price contract for disposal of construction and demolition debris. The contractor shall provide a landfill for the disposal of construction and demolition debris generated on Aberdeen Proving Grounds (APG). The Government In-House and Garrison Supported Organizations shall transport construction and demolition debris to the landfill during normal duty hours which are 7:00 AM through 4:00 PM Monday through Friday and 7:00 AM through 12:00 PM (Noon) on Saturday. No loads will be delivered after 4:00 PM Monday through Friday and 11:30 AM Saturday. The landfill must be within a 25-mile radius of Aberdeen and Edgewood Areas of Aberdeen Proving Ground. The Government anticipates awarding a base year plus two option years. Offerors will submit the pricing structure, as described below, for the base year and for each option year. Pricing structure is as follows: Price per ton - Construction and Demolition Debris (estimated 1560 tons) Unit Price: $_____________________per ton Price per ton - Clean Concrete to recycle (estimated 250 tons) Unit Price: $_____________________per ton Price per ton - Non-Friable Asbestos (estimated 25 tons) Unit Price: $_____________________per ton Price per ton - Creosote/Treated Wood Waste (estimated 50 tons) Unit Price: $_____________________per ton Price per ton - House Trailers, shell only. The Government will remove all furnishings and appliances before delivery to the landfill. Transportation wheels are to be removed after delivery to the landfill by the Government(estimated 1 per contract year) Unit Price: $_____________________per ton Price per ton - Boat hulls, shells only. The Government shall remove all propulsion systems tanks and appurtenances before delivery to the landfill(estimated 1 per contract year) Unit Price: $_____________________per ton Notes to offerors: 1. The Government will notify the landfill in advance 24 hours prior to the delivery of the house trailer shells and boat hull shells. 2. The scale shall be able to accommodate trucks less than 70 feet in length. 3. The contractor shall provide disposal tickets to the Government for correct data tracking for invoice purposes only. The disposal tickets shall annotate weight, type of debris, date of disposal and a ticket number. These tickets are to be generated by the scales that weigh the truck 4. Creosote/Treated Wood Waste - The Government will contact the landfill before the Government delivers this type of debris. The Government will coordinate all forms and testing required for this material before hauling to the landfill for disposal. 5. The contracted landfill shall be liable for all EPA Violations for all operations at the landfill. 6. The landfill shall ensure all local, state and federal permits are in good standing and provide documentation to verify, with their proposal, to include the following: a.A copy of all permits (refuse disposal permit including all terms and conditions, air permit, NPDES permit, groundwater and surface discharge permits). b.State and EPA audits and inspection reports for the last 3 years. c.Any Notices of Violation and Consent Orders, any other correspondence between state, local government and federal regulatory agencies. d.Records of any permit modifications and modification documentation or corrective action to deficiencies identified during regulatory audits and inspections. e.Records of any operational restrictions. f.Financial assurance documentation including surety bond to ensure the company has funds to cover compliance problems, insurance policy. The following FAR and DFARS provisions and clauses will be incorporated by reference: 52.202-1 Definitions 52.203-3 Gratuities 52.203-8 Cancellation, Rescission, and Recovery of funds for illegal or improper activity 52.204-4 Printed or copied double-sided on recycled paper 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.212-1 Instruction to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price offeror with acceptable Past Performance. The evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications - Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights under the National Labor Relations Act FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-4 Applicable Law for Breach of Contract Claim 52.217.5 Evaluation of Options 52.232.18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 252.209-7001 Disclosure of Ownership or Control by the government of a Terrorist County. 252.211-7003 Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 10:00 AM, local prevailing time, September 26, 2011 via email to virginia.l.babcock4.civ@mail.mil at the US Army Contracting Command, Aberdeen Proving Ground, Installation Contracting Division, Attention: CCAP-SCI, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Ginger Babcock, Contract Specialist, via email at virginia.l.babcock4.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66805316d4be33a941d6ffd25ed228c1)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02572965-W 20110914/110913000508-66805316d4be33a941d6ffd25ed228c1 (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.