Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2000 PSA #2734
SOLICITATIONS

S -- SOLID WASTE DISPOSAL SERVICES

Notice Date
November 22, 2000
Contracting Office
DHHS, Indian Health Service, Tucson Area Office, Acquisition Management Branch, 7900 South JJ Stock Road, Tucson, Arizona 85746-7012
ZIP Code
85746-7012
Solicitation Number
IFB No. 249-01-B-0002
Response Due
December 22, 2000
Point of Contact
Tami Gallegos, Contract Specialist (520) 295-2464 or Lyska A. Lomayesva, Senior Contracting Officer (520) 295-2456
E-Mail Address
IFB No. 249-01-B-0002 (tami.gallegos@mail.ihs.gov)
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; bids are being requested and a written solicitation will not be issued. Solicitation No. 249-01-B-0002 is issued as an invitation for bid (IFB). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-20. This requirement is a small business set-aside as defined in FAR 52.219-6, Notice of Total Small Business Set-Aside. Indian owned firms electing to submit a bid and require IFB documents will be considered under the authority of 25 U.S.C. 47 Buy Indian Act. Recommended North American Industry Classification System Code is 562111, correspondiing size: $10 million. Firms responding should indicate whether or not they are small business, small women-owned business, small disadvantaged business, or 8(a) business. Indian owned firms should submit documentation of Indian ownership. CONTRACT LINE ITEMS: Solid waste disposal services as described in this synopsis/solicitation for the Basic year 02/01/01 through 01/31/02. Option Year One 02/01/02 through 01/31/03 and Option Year Two 02/01/03 through 01/31/04. Each year has a quantity of 12 months. Bidders shall indicate in their bid a monthly unit price for the basic year and each option; the total amount for the basic year and each option year and the grand total (total of the basic year, option year one and two). The purpose of this contract is for the provision of storage containers, collection, transportation, and disposal of the solid waste generated by the Sells PHS Indian Hospital and government quarters, located at the Sells Hospital Compound, Sells, Arizona, and the Santa Rosa Clinic, in Santa Rosa, Arizona. These facilities are remotely located away from adequate disposal facilities. The 34 bed Sells Indian Hospital and 60 housing quarters are located on the USPHS Sells Hospital Compound in Sells, Arizona, about 60 miles west of Tucson on highway 86. The compound generates approximately 86+ cubic yards (or greater as evidenced by the overfilled dumpsters) or municipal type solid waste per week. The Santa Rosa Clinic is located approximately 34 miles northwest of the Sells Indian Hospital just off BIA route 15. The clinic's operating hours are from 8:00 a.m. to 5:00 p.m., Monday through Friday. It is estimated that the Santa Rosa clinic generates approximately 6 cubic yards of uncompacted municipal type solid waste per week. Medical waste generated at the Hospital and the Clinic is disposed of via an existing service contract. This contract does not cover the collection and disposal of medical or hazardous wastes. Solid municipal wastes generated at the Sells Hospital Compound and the Santa Rosa Clinic are handled and disposed of according to all federal, state, and tribal laws. The contractor shall furnish all labor, equipment, materials, and personnel necessary for storage, collection, transportation, and disposal of all solid waste generated at the Sells Hospital and government quarters located in Sells, Arizona, and the Santa Rosa Clinic, in Santa Rosa, Arizona. The work to be performed includes, but is not limited to the following: Weekly collection and disposal, at approximately 7-day intervals, for the Sells Compound and the Santa Rosa Clinic. Collection to being no earlier that 7:00 a.m., and no later that 6:00 p.m., Monday through Friday. Collection shall be on the same day of every week. Contractor shall transport solid waste to a final disposal site in accordance with all applicable federal (40 CFR Part 257-258), state (AAC Title 18 Chapters 8 and 13, and ARS 49701 et. seq.), and tribal (Tohono O'odham Solid Waste Management Code) governmental solid waste and transportation regulations. All hauler's licensure requirements to be complied with. Disposal shall be made at a State of Arizona approved sanitary landfill. STORAGE CONTAINERS: The Contractor shall provide six (6) 8 cubic yard slant style storage containers for the hospital, and twelve (12) 4 cubic yard slant style storage containers for the government quarters and Sells Engineering Department, and one (1) 6 cubic yard slant style storage container for the Santa Rosa Clinic. A total of 96 cubic yards of dumpster space will be provided for the Sells Indian Hospital Compound. A total of 6 cubic yards of dumpster space will be provided for the Santa Rosa Clinic. There will be a total of 102 cubic yards of dumpster space provided. Containers shall be provided with durable, tight fitting lids and/or sliding side panels. If equipped with drain holes, the contractor shall provide and use drain plugs to make containers vermin proof. The Contractor shall close the lids upon emptying and clean up any spillage that occurs during the collection process. Containers shall be delivered one week after notice of award. Containers shall be placed in accordance with the attached schematic drawing provided (contact Tami Gallegos, Contract Specialist at (520) 295-2464 for drawing). REPORTS: The Contractor shall provide copies of all tipping receipts from the Arizona state approved landfill where the solid waste is disposed of, to ensure all applicable federal, state, and tribal regulations for collection and disposal of solid waste are complied with. Tipping receipts will need to be attached to the signed invoices on a monthly basis. SUBCONTRACTS: None of the services furnished under this statement of work shall be subcontracted or transferred to another contractor or organization without the specific prior written approval of the contracting officer. CONTRACTOR QUALIFICATIONS: Evidence of certification and/or licensure shal be provided with any bid offered, must be maintained in an active and current status throughout the performance of this contract. Evidence of period renewals shall be provided to the contracting officer and project officer upon request. Certification and/or licensure shall include the following: 1. Permit from the Arizona Department of Environmental Quality (ADEQ) to operate in all counties where waste is collected, transported through, or disposed of as required by a respective state, county, city or tribal departments of environmental quality, to include any subcontractors. 2. Evidence of a current Motor Carrier License as required by the Arizona Deparment of Transportation, to include all subcontractors. 3. Permit to operate as a municipal solid waste hauler in all counties where waste is collected, transported through, or disposed of as requiredy by respective state, county, or tribal department of environmental quality, to include any subcontractors. 4. The Contractor, by submission of their bid agrees to obtain and/or maintain any additional licensure requirements as required by the state, county or respective tribe, to include all subcontractors. 5. Any additional licensure requirements as required by the state, county, or tribal departments of environmental quality should the regulation of solid waste disposal requirements change during the course of this contract. Only those offerors who can furnish the described services will be considered. This is an all or none solicitation and offerors must submit price for the basic year and each option year and responsiblity documents as stated in aforementioned sentences numbered 1 through 5. Bid will be evaluated on the basis of past performance, lowest overall price, submission of required responsibility documents and completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Copies of FAR 52.212-3 may be obtained by contacting Tami Gallegos Contract Specialist at (520) 295-2464. FAR 52.216-1, Type of Contract: The Government contemplates award of a firm fixed-price type contract resulting from this solicitation. The FAR clauses at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, and at FAR 52.212-5 paragraphs (b) and (c), the Contracting has indicated that the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-14, Limitation on Subcontracting; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.249-4, Termination for Convenience of the Government (Services)(Short Form); FAR 52.219-8, Default (Fixed-Price Supply and Service; FAR 52.222-41, Services Contract Act of 1965, as amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (wage grade 6 @ $13.46/hour; wage grade 3 @ $10.83/hour); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts). The Contracting Officer has indicated that the following FAR and DHHS Clauses are incorporated by reference, by addenda: FAR 52.217-9, Option to Extend the Term of the Contract; HHSAR 352.202-1, Definitions; HHSAR 352.232-9, Withholding of Contract Payments; HHSAR 352.270-2, Indian Preference; HHSAR 352.270-3, Indian Preference Program; HHSAR 352.270-7, Paperwork Reduction Act. Only written responses/bids to this synopsis/solicitation shall be accepted and must be mailed to the attention of Tami Gallegos, at the address listed herein. Bids are due by December 22, 2000, not later than 4:30 p.m., M.S.T. All responsible sources may submit a fixed price bid. The Government intends to award one contract to the low, responsive responsible bidder as a result of this CBD notice. See Note 1.*****
Record
Loren Data Corp. 20001127/SSOL004.HTM (W-327 SN5073F0)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on November 22, 2000 by Loren Data Corp. -- info@ld.com