Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

Z -- Removal of Solid Waste Refusal from National Park Service, Canaveral National Seashore located in Brevard and or Volusia Counties.

Notice Date
12/9/2011
 
Notice Type
Presolicitation
 
Contracting Office
SER - Everglades National Park Contracting & Property Management40001 State Road 9336, Ph: (305)242-7790 Homestead FL 33034
 
ZIP Code
33034
 
Solicitation Number
E12PS10502
 
Response Due
1/20/2012
 
Archive Date
12/8/2012
 
Point of Contact
Bruce Rosel Maintenance Supervisor 3218616404 bruce_rosel@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
ANNOUNCEMENT P12PS100361 is CANCELLED. The requirement will be procured under Announcement No. E12PS10502. Formal Solicitation will be posted in near future. Limited Competition to Contractors Registered as Franchised Contractors (NAICS 562111)with Brevard and or Volusia County. Based on the authority for this determination is within 41 USC 253 (c), 42 U.S.C. 6961(a) and FAR 6.302-1, and is issued in accordance with the Federal Property and Administration Services Act of 1949, the following determination and findings are made to limit competition to Franchised Contractors. Solid Waste Removal Contractor to provide the necessary services to remove visitor generated refuse from the Playalinda District of Canaveral National Seashore. The Seashore does not have the manpower or the specialized equipment to accomplish the task. Visitation for 2011 was 497,808 with an expected 5% increase per year. 2012 visitation is estimated at 548,800 visitors. The North American Industry Classification System (NAICS) Code is 562111 (Size Standard: 12.5 million); The Government contemplates awarding of an indefinite-delivery, requirements-type contract resulting from this combined announcement/solicitation; The contract base period shall consist of a base period. Four (1) year option periods for renewal are possible. Contractor to provide the necessary services to remove visitor generated refuse from the Playalinda District of Canaveral National Seashore. The Seashore does not have the manpower or the specialized equipment to accomplish the task. Visitation for 2011 was 497,808 with an expected 5% increase per year. 2012 visitation is estimated at 548,800 visitors. Specifications: Limited Competition to Contractors Registered as Franchised Contractors (NAICS 562111) with Brevard and or Volusia Counties. The North American Industry Classification System (NAICS) Code is 562111 (Size Standard: 12.5 million); The Government contemplates awarding of an indefinite-delivery, requirements-type contract resulting from the future solicitation. Base Period - POP Feb 01, 2012 through September 30, 2012 Option Year 1 - POP October 1, 2012 through September 30, 2013 Option Year 2 - POP October 1, 2013 through September 30, 2014 Option Year 3 - POP October 1, 2014 through September 30, 2015 Option Year 4-POP October 1, 2015 through September 30, 2016 Estimated amount of contract for one year is $30,000.00 (Estimated amount of total contract is $150,000) Statement of Work Contractor to empty All dumpsters at Canaveral National Seashore, Playalinda District and Haulover Canal twice a week (Tuesdays and Fridays) beginning May 1 thru October 31 (peak months) betweenthe hours of 6:00 and 8:00 am. The Contractor will empty all dumpsters once weekly (Tuesdays) beginning November 1 thru April 30 (non-peak months) between the hours of 6:00 and 8:00 am. Contractor will upon entering the seashore complete a sign-in log to include the following information: date, time, driver and any comments. Contractor will make sure all dumpster lids are closed after waste has been emptied and that all dumpsters are placed in the designated location and or three feet minimum from all traffic lanes. The Contractor Is to call the COR prior to arriving at the seashore for escorted entry up to (2) days prior to a NASA space shuttle launch, if the closure period is within the scheduled pick-up day/s. Government-Approved Containers: Collections of refuse in all areas shall be from contractor-provided, government-approved containers. The schedule of container locations and container sizes included in this contract are specified for the purpose of locating adequate receptacles for anticipated refuse generation. The Contractor is authorized to vary such containers and locations as deemed necessary providing the overall quantity and size of containers remains the same and such changes are coordinated with and approved by the COTR. Relocation of containers under this provision will not result in a change in contract price nor require a written modification to the contract. Containers shall be of uniformed color and numbers assigned for identification purposes. They shall be maintained and/or repainted to prevent rust or unsightly appearance. Cleaning of containers shall be the responsibility of the contractor. At a minimum. All containers shall be washed and cleaned inside and out periodically during summer months or as they become malodorous or unsanitary or when determined by the Contracting Officer. Requirements for containers 1) Provide (11) 4 cubic yard dumpsters to the following locations:Playalinda Beach Park Lots number 4,5,6,7, Eddy Creek, 8, 9,10,11,13 & 14 2) Provide (2) 2 cubic yard dumpsters to the following locations:Playalinda Beach Park Lots number 12 3) Provide (3) 6 cubic yard dumpsters to the following locations:Playalinda Beach Park Lots number 1, 2, & 3 Provide (2) 6 cubic yard dumpsters to the following location:Haulover Canal (Bairs Cove)Playalinda Refuse Removal Project Location: Canaveral National Seashore1) Playalinda Beach - State Road 402 (7) miles east of Titusville, FL)2) Haulover Canal (Bairs Cove) - State Road 3, (3) miles north of the intersection of SR402 & SR3 Base Period of Performance: Feb 01, 2012 thru September 30, 2012with four (1) option years Refuse is to be removed from park lands and disposed of in a state approved sanitary landfill. Contractor is responsible for securing all necessary licenses and permits. Quality Assurance: The government will periodically evaluate the contractor's performance by the COTR monitoring performance to ensure services are received. The COTR will evaluate the contractor's performance through intermittent on-site inspections of the contractor's quality control program and receipt of complaints from NPS personnel. The government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the government may decrease the number of quality control inspections if performance dictates. The government will also receive and investigate complaints from various customers located on the installation. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). The Formal Solicitation will provide directions for the acceptance of proposals. EVALUATION PROCEDURES: Offerors are responsible for providing a proposal inclusive of accurate and complete information for evaluation. (Failure to do so may rule the proposed unacceptable.) The Government will perform a "best value" selection. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government intends to award a Firm Fixed Price Contract with a Basse Period and four (4), one-year Options to the offeror whose proposal the Government determines is the most advantageous (i.e. "Best Value"), price and other factors considered. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The government will use the best value award decision. This process will permit the Government to make tradeoffs among price and non price factors which allows the Government to make award to other than the lowest priced proposal. However, price may become the deciding factor for award of the contract should the government determine that non-price factors between proposals are approximately equal. The following evaluation factors listed in descending order of importance apply: 1. Price - All evaluation factors other than cost or price, when combined, are equal to cost or price. The offeror shall provide sufficient information to allow the Government to perform cost analysis to determine price fair and reasonable. 2. Technical Capability - Provide a summary, no more than three pages, addressing the offeror's technical capabilities in accordance with all requirements in the Statement of Work. 3. Past Performance - The Performance Risk evaluation will assess the relative risks associated with an offeror's likelihood of success in performing the proposed requirements as indicated by that offeror's record of past performance. In this context, "offeror" refers to the proposed prime contractor and all proposed major subcontractors. A major subcontractor is defined as one who will be providing critical services or whose subcontract is for more than 50% of the total proposed price. Follow the instructions for submitting the Past/Present Performance Reference Form for at least three (3) references using the guidance below: Technical and past performance when combined, are approximately equal to cost or price. The Government will conduct a performance risk assessment based on the quality, relevancy and recency of the offeror's past performance, as well as that of its major subcontractors, as it relates to the probability of successful accomplishment of the required effort. Past performance will be evaluated to ensure satisfactory business practices and timely performance (provide no more than three (3) verifiable references with contact information. The Government will assess the demonstrated quality of performance on similar, relevant work, to include the ability to control the quality and cost of work and effectiveness at accomplishing the goals of previous similar relevant work. The FOB point will be Destination. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the contractor and included as a separate line item. The total price should include all shipping cost.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price. 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 - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PS10502/listing.html)
 
Place of Performance
Address: Canaveral national Seashore, Wilson's Corner Maintenance Faciilities, Building HF-1434, Merritt Island Fl. 32782
Zip Code: Project Location: Canaveral National Seashore
 
Record
SN02636994-W 20111211/111209234440-70194751623ca5fb4ae931c57d525cfa (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.