Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
MODIFICATION

P -- Selling Mixed Scrap Metal

Notice Date
12/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Connecticut, 360 Broad Street, Hartford, Connecticut, 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS18QF001
 
Archive Date
1/5/2018
 
Point of Contact
Leslie A Fedler,
 
E-Mail Address
leslie.a.fedler.civ@mail.mil
(leslie.a.fedler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SALES FOR SCRAP METAL RECYCLYING SOLICITATION MEMORANDUM FOR: Interested Bidders SUBJECT: Mixed Scrap Metal with Dumpster Service -One base year contract and 4 option years Solicitation: W91ZRS18QF001 Recycling Metal/ All metal to be picked up by vendor's dumpsters with no dumpster charge. Contractor Quotes: Item 1: Quote from Vendor ____________percentage of Mixed Scrap Metal Each bidder should submit a percentage figure based on American Metals Market, First Day of the Month, Export Yard Buying Price, #2 Bundles, Boston Market. I. WORK TO BE PERFORMED A. The Contractor will furnish all labor, tools, materials, and equipment (including various sizes of containers sufficient to meet the needs of each location), for the storage, pickup, and recycling/reuse of scrap metal from each participating location. The Contractor will leave one 40 yard dumpster at each 4 location at all times. These locations are CSD, Windsor Locks, CT 06096, ---- CSMS, Windsor Locks, CT 06096 --- TASMG, Groton, CT 06340 and SRMR, East Lyme, CT 06333. Dumpsters will be emptied within 5 business days of when notified that they are filled to capacity. Contractor will be able to furnish additional dumpsters at CTARNG locations statewide on a case by case basis when the units have significant amounts of scrap metal to dispose of. Dumpsters must be placed within 10 working days from request and removed/replaced within 5 working days of notification that they are full/no longer required. B. The Contractor will collect and recycle, either through reuse or sale for reuse, scrap metal from participating CTARNG locations, and will provide electronic records of the scrap metal collected at each participating locations to the Contracting Officer and to the participating POC/ or COR. The Contractor will respond within two (2) business days when notified by a participating CTARNG location to collect scrap metal. II. TASKS IDENTIFIED Task 1: The Contractor shall provide appropriate containers. A. Various sized containers, as needed, for each location, to store recyclable scrap metal at designated participating CTARNG locations. A minimum of one (1) bin must remain at four location at all times. B. A scrap metal recycling bin of the appropriate size for each location as designated by each participating CTARNG Site Representative. It is the responsibility of staff for each participating location to place the scrap metal into the containers provided by the Contractor. C. The containers must be clearly labeled "Recyclable Metal Only." The Contractor shall provide additional containers, as needed, at no additional cost to the participating CTARNG. D. Participating sites may request the Contractor to make exchanges for either smaller or larger capacity scrap metal containers, as required, in any of the designated locations as described. The Contractor shall exchange the container within three days of the request. E. The Contractor shall be responsible for the maintenance of all scrap metal recycling containers. F. The scrap metal recycling containers must remain at each participating State Agency location during the entire term of this Agreement. The Contractor shall replace full containers with empty containers during collection. If the pick-up location no longer needs the recycling service, the requested container(s) may be removed with prior permission from the location POC representative and the COR or Contracting Officer. Task 2: Contractor shall remove and/or pick-up and recycle scrap metal from all the pick-up locations. A. Contractor shall be solely responsible for removing all scrap metal after it has been placed in the bins for pick-up by participating sites. Participating CTARNG staff will not assist the Contractor with scrap metal removal once it is in the bins, and neither CTARNG nor the participating personnel will be held liable for any injuries sustained by the Contractor's staff during removal/pick-up and recycling of scrap metal. All sorting and/or cutting of scrap metal to size shall be the responsibility of the Contractor. B. The containers must remain on-site until they are ready for collection by the Contractor. A State Agency Site Representative or designee will verbally notify the Contractor when the containers are ¾ full or greater, and ready for removal by the Contractor. C. The Contractor shall remove accumulated scrap metal within two (5) business days of the verbal notification. D. The Contractor shall collect all scrap material placed in bins by participating sites at each of the designated locations. E. The Contractor shall weigh each load of scrap metal on a certified public scale under the supervision of a licensed weighmaster within 24 hours of removal. A copy of each certified scale weight ticket shall be retained by the Contractor and must be available for audit purposes for the length of the contract plus an additional three (3) years. F. The Contractor shall recycle (or sell for reuse) all scrap metal that is collected from the participating locations. G. The Contractor shall perform services during the CTARNG regular business hours, generally between the hours of 8:00 A.M. and 3:00 P.M., Monday through Friday. The Contractor will not perform services on the weekend or holidays or if the sites of the CTARMG is closed. H. The Contractor shall maintain all vehicles to ensure compliance with all Federal, State and local laws and regulations. Task 3: The Contractor shall provide monthly electronic tonnage reports. A. The Contractor shall provide the Contracting Officer a summary of collection activities, in an electronic MS Excel file on a quarterly basis for the term of this agreement. B. The Contractor shall transmit the electronic quarterly summary reports by e-mail (as an attached MS Excel spreadsheet). C. The Contractor's electronic monthly reports must, at a minimum, provide a Tonnage Report or summary of all of the prior month's scrap metal collected from State Agencies participating in the contract, including, but not limited to: 1. The pounds/tons of scrap metal collected at each participating State Agency facility or location; 2. The date scrap metal was picked-up; 3. State Facility address where metal was generated or collected. 4. The weight ticket number associated with the scrap metal picked-up at each site; 5. The number and type of container(s) (example: one 40-yard bin). 6. Price to be paid to CTARNG per weight ticket: 7. If a load is reduced by weight, an explanation and picture of load must be attached to the weight ticket. Task 4: A. The Contractor shall meet with the Contracting Officer Contract Manager on an as-needed basis. 1. The meetings will allow the Contractor and the Contracting Officer to discuss performance matters related to the Agreement, including but not limited to service concerns, re-occurring customer service issues, container placement, timing of collections, and service locations. 2. All meetings will occur during regular business hours. The meeting time will be agreed upon by both CTARNG Contracting Officer and the Contractor. All meetings will be teleconference calls or at P&C's office located at Camp Hartell at [580 North Street, Windsor Locks, CT, unless otherwise agreed upon. The Contracting Officer will prepare an agenda prior to the meetings and provide it to the Contractor. 3. The Contractor shall provide information requested on the agenda, as well as an update on issues discussed in prior meetings, if applicable. 4. The Contractor shall be prepared to discuss any logistical or administrative issues that need remedies. 5. Additional discussions or correspondence will occur on an as needed basis via telephone, and followed up with an e-mail to the Contracting Officer. B. If requested by a CTARNG POC or COR, the Contractor shall meet with them and will inform the Contracting Officer Contract Manager prior to the meeting's occurrence. III BUDGET DETAIL AND PAYMENT PROVISIONS 1. INSTRUCTIONS FOR SUBMITTAL OF MONTLY PAYMENTS AND TONNAGE REPORTS A. Instructions for Submittal of Payment: The Contractor agrees to pay CTARNG within 5 days of pickup. B. All payments will be mailed or hand delivered to: QRP Manager 360 Broad Street Hartford, CT 01650 In addition, a photo-copy of any payment will be sent to the current Contracting Officer by fax and/or e-mail. C. Make all Checks Payable to: US Treasury VI SPECIAL TERMS AND CONDITIONS 1. Default: If the Purchaser fails to pay for and or remove Recyclable Materials within the time allowed by this agreement, CTARNG will send the Purchaser a default notice that must be cured within 10 days from mailing date. If Purchaser fails to cure default within the stated period, the Purchaser shall lose all rights, title and interest, which he may otherwise have acquired in and to such property as to which a default has occurred. 2. Weight Certification: The empty trailer will be weighed on certified scales prior to pickup of material and weighed fully loaded to determine load weight. The weight tickets must accompany payments. 3. Insurance: The purchaser shall be required to purchase and maintain during the entire period of this contract, bodily injury and property damage liability insurance in at least the minimum amounts of coverage required by all states in which it operates its motor vehicles. 4. Confidentiality/Privacy Act: Purchaser will take all pertinent steps to ensure all information contained in/on recyclable material be protected from viewing or dissemination. Failure to comply with this provision is a basis for termination of the contract. 5. Sales Agreement is subject to immediate termination if CTARNG receives two (2) or more valid, written complaints from Commanders, professional staff about the purchaser/representatives to include but not limited to: rudeness, lack of knowledge of Recyclables, tardiness, failure to appear on schedule days, and failure to pay invoices in a timely manner. CTARNG reserves the right to direct removal of the purchaser and/or its agents and employees from CTARNG locations for misconduct, violation of confidentiality, security reasons, or whose presence of such person has been determined to be detrimental to the interests of. CTARNG personnel and locations. 6. TRANSPORTATION: The purchaser/representative must possess a valid driver's license, insurance and registration of vehicle for access to any location sites for the CTARNG. 7. RELEASE AND HOLD HARMLESS: a. The purchaser/representative, in consideration of the United States' consent to this agreement, does hereby forever release, acquit and discharge the United States, its agencies, departments and employees of any and all claims, demands and liabilities of whatever kind, name or nature arising from the purchaser's participation in or fulfillment of this agreement, including any and all cause or causes of action (including personal injury, illness, death and property damage), costs charges, demands and liabilities of whatever kind, name or nature arising out of any incident involving the use of or rental of equipment or property pursuant to the purchaser/representative's activities under this agreement. This release is intended to cover all injuries, fatal or non-fatal, and illnesses of every name, type kind or nature, and personal property damage, if any, which may be sustained or suffered from any cause whatsoever connected with or arising out of or by reason of the purchaser's activities under this agreement. b. The purchaser further agrees that it will indemnify and will hold harmless the United States Government, CTARNG, all locations, and all other United States agencies, departments and employees, from any and all costs, charges, claims, demands, and liabilities of any kind arising from the improper, negligent, or willfully negligent acts by the purchaser or its employees arising out of or by reason of the purchaser's activities under this agreement. 8. DAMAGES: The purchaser shall be financially responsible for any damages to the premises/building resulting from acts of omission or errors of the purchaser and its employees and, or representatives. Any acts of vandalism or theft shall be reported immediately to the installation. Neither the United States not its agencies, to include CTARNG, all locations and all other directorates and divisions in CTARNG, as well as its employees, shall be responsible or liable for the purchase's property absent negligence by an employee or employees of the United States that proximately causes damage to purchaser's property. 9. TERMINATION: This agreement shall be subject to termination if either party hereto defaults on any of its material obligations, representations, or warranties under this agreement. The non-defaulting party shall give the other party written notice of the default within 30 calendar days of its discovery of the default. If the defaulting party does not cure or remedy the default within 30 calendar days of receipt of the notice of default this agree terminates 10. DEFINITIONS: a. Contracting Officer. The term "Contracting Officer" means a person with the authority to enter into, administer, and/or terminate contracts on behalf of the nonappropriated fund instrumentality which is a party to this contract and make related determinations and findings. The term includes certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer. b. Government. The term shall generally refer to the NAFI or Fund. The term may also refer to other Federal Agencies having jurisdiction under this Contract. The term "Government" shall not be construed to infer that appropriated funds of the United States are involved under this contract. No appropriated funds of the United States shall become due, or be paid to the Contractor by reason of this contract. 11. CLAUSES: a. NONAPPROPRIATED FUND INSTRUMENTALITY (NOV 2004) - The Nonappropriated Fund Instrumentality (NAFI), which is party to this contract, is a nonappropriated fund instrumentality of the Department of the Army. NO APPROPRIATED FUNDS OF THE UNITED STATES SHALL BECOME DUE OR BE PAID THE CONTRACTOR BY REASON OF THIS CONTRACT. This contract is NOT subject to The Contract Disputes Act of 1978. b. COVENANT AGAINST CONTINGENT FEES (NOV 2004) - The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the contractor for the purpose of securing business. For breach or violation of this warranty the NAFI shall have the right to annul this contract without liability or, in its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 12. DANGEROUS PROPERTY: Purchasers are cautioned that articles or substances of a dangerous nature may remain in the property regardless of the care exercised to remove same. The Government/NAFI/Recycle Center assumes no liability for damages to property of the Purchaser, his employees or to any other persons arising from or affiliated with the purchase, use or disposition of this material. The purchaser shall hold the Government/NAFI/Recycling Center harmless from any and all such demands, suits, actions, or claims arising from or otherwise relating to the purchase of this material.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS18QF001/listing.html)
 
Place of Performance
Address: Connecticut, United States
 
Record
SN04764447-W 20171214/171212231214-47075b711a4b39f8e67f8737605c6d63 (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.