Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

S -- SOLID WASTE DISPOSAL - Provide & empty dumpsters - Grand Canyon NP AZ North Rim

Notice Date
1/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
E12PX10016
 
Response Due
1/31/2012
 
Archive Date
1/12/2013
 
Point of Contact
Kimberley D Robinson Contract Specialist 9286086507 Kimberley_D_Robinson@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
Total Small Business
 
Description
This announcement constitutes the only solicitation; quotations are being requested & a separate solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6. The National Park Service (NPS) contemplates award of a firm fixed price contract to the offeror providing the best value to the Government. The proposed contract is set-aside for small businesses under NAICS codes 562111, 562112, & 562119. The contractor's CCR record shall reflect that it is a small business. For more information on small business size standards, please visit www.SBA.gov/sizestandards. The bid close date is January 31st by 3:00 pm Arizona time. The anticipated award date is February 10, 2012. Please contact Kimberley Robinson with any questions via email at KimberleyRobinson@nps.gov. STATEMENT OF WORK The requirement is to provide dumpsters & pickup/disposal service for solid waste, which includes picking up & properly disposing of approximately 48 cubic yards of solid waste per week from a total of six (6) locations in the developed area at Grand Canyon National Park, NORTH RIM. The entrance to the Grand Canyon National Park North Rim is located 30 miles south of Jacob Lake on Highway 67. Jacob Lake, AZ is located in northern Arizona on Highway 89A, not far from the Utah border. You may research the North Rim further at www.NPS.gov/grca. Four (4) locations are in the Campground, one (1) is across the parking lot from the administrative building & one (1) is near the generator building. These locations are within two (2) miles of each other. The current vendor uses eight, six (6) cubic yard capacity dumpsters & picks them up once a week. The dumpsters must be small enough so that a person standing on the ground can place a bag of trash into them. The solid waste is generated by National Park Service employees & park visitors. The concession operation on the North Rim disposes of their waste. The Contractor shall supply & maintain all dumpsters. All dumpsters must remain fully operational for the duration of the contract. The dumpsters must be prominently labeled 'NO HOT ASHES' on three (3) sides. The dumpsters must have the name & phone number of the vendor displayed clearly in plain sight. All other standard safety messages for dumpsters located in residential areas must be displayed. Pick up will be at least once a week from May 15 through the first week of November. The day or days of the week are up to the vendor; however, it must be consistent from week to week. There will be one (1) pick up after the road is opened (after winter snow removal) & before May 15, & two pickups after the first week of November. The dates for these will be determined by the NPS & called into the vendor at least two (2) days in advance for needed pick up. These three (3) pickups may all be in one location, since the NPS consolidates the dumpsters to one (1) or two (2) sites for the winter. The solid waste must be disposed of in a state approved landfill. The Contractor shall inform the NPS as to which landfill will be used at the time of award & also at the start of any option years. PERIOD OF PERFORMANCE The period of performance is 04/01/2012 to 03/31/2013, with the possibility of up to four (4) one-year optional renewal periods (1 April 2013 - 31 March 2014; 1 April 2014 - 31 March 2015, etc.). The NPS has the right to not exercise these renewal periods, & the NPS shall notify the vendor at least 30 days in advance of the decision. WAGE RATESREGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACTWage Determination No.: 2005-2024, Revision No. 15, Date of Revision: 06/13/2011State: Arizona, Counties of Apache, Coconino, Gila, Maricopa, Navajo, Pinal, Yavapai____________________________________________________________________________________OCCUPATION CODE - TITLE FOOTNOTE RATE01000 - Administrative Support & Clerical Occupations 01011 - Accounting Clerk I, 14.85 01012 - Accounting Clerk II, 16.68 01013 - Accounting Clerk III, 18.65 01020 - Administrative Assistant, 25.36 01051 - Data Entry Operator I, 12.52 01052 - Data Entry Operator II, 13.66 01060 - Dispatcher, Motor Vehicle, 16.40 01070 - Document Preparation Clerk, 13.55 01090 - Duplicating Machine Operator, 13.55 01111 - General Clerk I, 12.53 01112 - General Clerk II, 13.67 01113 - General Clerk III, 15.34 01120 - Housing Referral Assistant, 20.78 01141 - Messenger Courier, 12.33 01191 - Order Clerk I, 12.32 01192 - Order Clerk II, 14.86 01261 - Personnel Assistant (Employment) I, 14.98 01262 - Personnel Assistant (Employment) II, 16.76 01263 - Personnel Assistant (Employment) III, 18.69 01270 - Production Control Clerk, 20.26 01280 - Receptionist, 12.58 01290 - Rental Clerk, 14.97 01300 - Scheduler, Maintenance, 16.66 01311 - Secretary I, 16.66 01312 - Secretary II, 18.64 01313 - Secretary III, 20.78 01320 - Service Order Dispatcher, 14.32 01410 - Supply Technician, 25.36 01420 - Survey Worker, 16.63 01531 - Travel Clerk I, 13.28 01532 - Travel Clerk II, 14.46 01533 - Travel Clerk III, 15.6111000 - General Services & Support Occupations 11030 - Cleaner, Vehicles, 9.97 11060 - Elevator Operator, 9.97 11090 - Gardener, 12.96 11122 - Housekeeping Aide, 11.10 11150 - Janitor, 11.10 11210 - Laborer, Grounds Maintenance, 10.31 11240 - Maid or Houseman, 9.59 11260 - Pruner, 10.14 11270 - Tractor Operator, 12.53 11330 - Trail Maintenance Worker, 10.31 11360 - Window Cleaner, 12.0021000 - Materials Handling & Packing Occupations 21020 - Forklift Operator, 13.52 21030 - Material Coordinator, 19.58 21040 - Material Expediter, 19.58 21050 - Material Handling Laborer, 11.91 21071 - Order Filler, 12.24 21210 - Tools & Parts Attendant, 13.52 21410 - Warehouse Specialist, 13.5223000 - Mechanics & Maintenance & Repair Occupations 23370 - General Maintenance Worker, 17.48 23380 - Ground Support Equipment Mechanic, 25.34 23381 - Ground Support Equipment Servicer, 21.28 23382 - Ground Support Equipment Worker, 22.80 23430 - Heavy Equipment Mechanic, 21.55 23440 - Heavy Equipment Operator, 21.23 23530 - Machinery Maintenance Mechanic, 25.00 23550 - Machinist, Maintenance, 17.73 23580 - Maintenance Trades Helper, 13.00 23910 - Small Engine Mechanic, 16.5231000 - Transportation/Mobile Equipment Operation Occupations 31361 - Truckdriver, Light, 15.35 31362 - Truckdriver, Medium, 18.71 31363 - Truckdriver, Heavy, 19.29 31364 - Truckdriver, Tractor-Trailer, 19.2999000 - Miscellaneous Occupations 99030 - Cashier, 11.86 99050 - Desk Clerk, 10.74 99710 - Recycling Laborer, 18.15 99711 - Recycling Specialist, 23.31 99730 - Refuse Collector, 17.29 99810 - Sales Clerk, 12.38 ____________________________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: << HEALTH & WELFARE >> Life, accident, & health insurance plans, sick leave, pension plans, civic & personal leave, severance pay, & savings & thrift plans. Minimum employer contributions costing an average of $3.59 per hour computed on the basis of all hours worked by service employees employed on the contract. << VACATION >> Two weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, & 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, & with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) << HOLIDAYS >> A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, & Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts & Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541.400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination. Additionally, because job titles vary widely & change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements & whose primary duty consists of: (1) The application of systems analysis techniques & procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on & related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, & incendiary materials. This includes work such as screening, blending, dying, mixing, & pressing of sensitive ordnance, explosives, & pyrotechnic compositions such as lead azide, black powder & photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, & maintenance operations on sensitive ordnance, explosives & incendiary materials. All operations involving regrading & cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives & incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operations irritation of the skin, minor burns & the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, & hauling of ordnance, explosive, & incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, & incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms & maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The DOL will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning/maintenance is the responsibility of the employee, all contractors & subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning & maintenance at a rate of $3.35 per week (or $.67 cents per day). However in those instances where the uniforms furnished are made of 'wash and wear' materials, may be routinely washed and dried with other personal garments, & do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the 'Service Contract Act Directory of Occupations', Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol.gov/esa/whd or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov. Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed. |||| END OF SERVICE CONTRACT ACT WAGE DETERMINATION 2005-2024 |||| CLAUSES & PROVISIONS This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-53. Provisions & clauses noted below may be accessed at www.acquisition.gov/FAR. 52.204.07 Central Contractors Registration // Provision 52.212-1, Instructions to Offerors-Commercial // Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph 'a' of the provision is hereby replaced with the following: 'Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). The NPS shall analyze prices to verify they are fair & reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. --The non-price evaluation factors & their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, & / or references obtained from any other source. // Provision 52.212-3, Offeror Representations & Certifications-Commercial Items: the apparent successful offeror shall complete & submit the provision [proposal] to the Contracting Officer. // 52.212-4, Contract Terms & Conditions - Commercial Items // 52.212-5, Contract Terms & Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses are incorporated into this solicitation & subsequent contract: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13, & 52.232-33. // Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item(s), identified in the Schedule as an option item, in the quantity & at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. // 52.237-1 Site Visit. // 52.237-2 Protection of Government Buildings, Equipment, & Vegetation. // 52.222-41 Service Contract Act of 1965. The Service Contract Act (SCA) applies to this contract. // 52.222-43 Fair Labor Standards Act & Service Contract Act Price Adjustment (Multiple Year & Option Contracts) HOW TO PROVIDE A QUOTE Due by TUESDAY, JANUARY 31st 2012, 3:00 p.m., Arizona Time. Interested parties may submit a quote by using the format below. Contractors must be registered in the Central Contractor Registration (CCR, www.CCR.gov) prior to award to be eligible for award of government contracts. Contractors are also required to provide on-line representations & certifications (ORCA) at http://orca.bpn.gov. Payments will be made via electronic fund transfer based on the banking information in the contractor's CCR record. Quotes submitted through EC-IDEAS, late & oral quotes will not be considered. All quotations must be valid for at least 30 days & reference this solicitation number. Interested bidders may submit quotes via email to KimberleyRobinson@nps.gov, by mail or courier to 1824 S Thompson Street Ste 200 / Flagstaff AZ 86001, or via fax to 928.637.7005. If faxed or mailed, please call 928.638.7437 to verify receipt. Please only call to verify faxes; all questions regarding this solicitation must be emailed. Reference this solicitation number in all correspondence, & do not hesitate to email KimberleyRobinson@nps.gov with any concerns prior to the bid close date / time. PROPOSAL FORMAT SOLICITATION # E12PX10016 DATE:_______________________________________________________________________________; CONTRACTOR:________________________________________________________________________; ADDRESS:_____________________________________, City__________________, State__________, Zip Code___________; DUNS Number:_________________________________________________________________________; Contact Name:_________________________________________________________________________; Phone:_______________________________________________________________________________; Fax: ________________________________________________________________________________; E-mail:_______________________________________________________________________________; References for Past Performance. All offerors are required to provide at least two (2) references that can be contacted to validate past performance. References must include company or agency name, current contact & that person's office/business phone number, as well as contract number/project name: 1st Reference: __________________________________________________________________________; 2nd Reference: _________________________________________________________________________; Proposal Line Items: Line Item #1: Provide Dumpsters & Pickup/Disposal Service for Solid Waste, as described under Statement of Work, 1 year (base year), Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #2: Provide Dumpsters & Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 1, Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #3: Provide Dumpsters & Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 2, Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #4: Provide Dumpsters & Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 3, Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #5: Provide Dumpsters & Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 4, Unit Price/month: $_____; Extended Price (12 months): $______; Total of Quote (Line items 1-5): $________________________. General Line Item Notes: 1. Offerors shall submit a price for all line items. Failure to do so may render the quote unacceptable. 2. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 3. Evaluation of options will not obligate the Government to exercise any of the options. 4. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by calculating the total price for all proposal line items. ----- END OF SOLICITATION E12PX10016 --- NO ATTACHMENTS -- HAVE A GREAT DAY ---
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PX10016/listing.html)
 
Place of Performance
Address: GRAND CANYON NATIONAL PARK NORTH RIM / Grand Canyon AZ / Coconino County
Zip Code: 86052
 
Record
SN02654696-W 20120115/120113234605-554da64ba2eb51d2775d305243eaab42 (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.