SOLICITATION NOTICE
S -- Recycling Services at Yakima Training Center (YTC), WA.
- Notice Date
- 2/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S807Q0010
- Response Due
- 3/14/2007
- Archive Date
- 5/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- PERFORMANCE WORK STATEMENT RECYCLING SERVICES for the DIRECTORATE OF PUBLIC WORKS at YAKIMA TRAINING CENTER (YTC), WA. 1.0. DESCRIPTION OF SERVICES: 1.1. The Contractor shall plan, program, administer, manage, and execute the work necessary to provide the specified services. The Contractor shall provide personnel, management, and other items and services, not Government furnished, necessary to perform Recycling Services as defined in this Performance Work Statement (PWS) at Yakima Training Center (YTC), Yakima, Washington. The Contractor shall comply with all applicable YTC Policies, including YTC Policy Number 2, Environmental Management System, Enclo sure 1(available upon request from Government). The Contractor shall adhere to all Federal, State, and local laws, regulations, codes, technical manuals, manufacturer's instructions and recommendations, and acceptable commercial practices in the delivery of required services. Technical Exhibit 1 Container Locations, is provided to the Contractor in order to anticipate workloads. 1.2. The Contractor shall: a. Furnish the Government approved containers suitable for the collection and removal of recyclable materials; b. Provide appropriate size containers and place them in appropriate locations to maximize the collection of recyclable material; c. Provide clearly marked containers indicating type of recyclable material to be deposited; d. Service and remove all recyclable containers and equipment in types and quantities adequate to maximize the collection and diversion of recyclable materials; and e. Ensure that services are provided in sufficient quantity that the containers are emptied as needed to avoid overflow of recyclable materials. 1.5 CY containers shall be switched-out for 6 CY containers as required to handle periods of recyclabl e overflow upon request by the Yakima Training Center Point of Contact (YTC POC). 1.3. Service Delivery Plan: The Contractor shall develop and maintain a service delivery plan and provide it to the Government for review and approval within 30 calendar days after contract award. The plan must address management and operational procedu res for the delivery of required services including quality control, purchasing, Government property control, environmental management, and YTC POC keeping and reporting, and contain a site plan with a map indication location of recycle containers and freq uency of pickup. The Government person responsible for plan approval is the YTC POC who will be identified after award of this contract. The Contractor shall deliver required services in accordance with the approved plan. Only the YTC POC may give approva l to modify or deviate from approved procedures. 1.4. Performance-Based Services Acquisition: This is a performance-based services contract in which the Contractor shall provide services that achieve the various objectives and targets. The Contractor understands and agrees that the Government will hol d them responsible for the achievement of the objectives and targets set forth herein and that the Contractor is responsible for directing its efforts hereunder to ensure its performance achieves these targets and objectives. Therefore, this PWS is writte n to define what is required and to leave to the Contractor the decision on how to do the work. This approach is intended to allow the Contractor to determine the best and most cost-effective ways to fulfill the Governments objectives and targets, emphas izing innovation and commercial best practices. 1.4. Recycle Services: 1.4.1. Collections Report: The Contractor shall record all recycle collections indicating, time, date, and locations to include an itemized list of materials with quantities recorded in pounds (lbs.). This report shall be submitted monthly with the month ly invoice. 1.4.2. The Contractor shall place all containers in optimum location s, and adhere to all Installation Force Protection and Fire requirements. 1.4.3. Service Frequencies: The Contractor shall establish a service schedule at intervals to ensure collection containers are maintained with sufficient capacity between servicing. 1.4.4. Unscheduled Service Calls: The Contractor shall respond within-24 hours to all requests by the YTC POC, requesting service for full or overflowing containers. 1.5. Containers/Equipment/Recycle Location Areas: The Contractor shall ensure that containers are in place, clean and well maintained. 95% of exposed surfaces shall be covered with uniform color scheme. Equipment shall be maintained and in good workable condition. The area within a radius of 15 feet from containers shall be free of refuse and recycling debris. All removed recyclable materials shall be transported to a designated recycle center, and non-recyclable items shall be delivered to a Government a pproved Landfill/Transfer Station. 1.5.1. The Contractor shall be responsible for the final outcomes and results of the services required by this contract. The final outcomes and results shall include, but not be limited to, responsiveness, quality, site conditions, profitability and accep tability to the customer. Contractor management and efficiencies shall ensure the most reasonable cost of associated work outcomes and services. The Contractor in conjunction with the Government shall annually review the YTC solid waste streams in order to develop additional recycling opportunities. 1.6. Marketing: The Contractor shall market recycled and composted materials, and consistently seek new and improved markets for materials, and provide to the Government its share of the revenue generated from the sale of recyclable materials. The Contra ctor shall deposit all revenues generated by the sale of recyclable and composted material (after vendor cost) into a suspense account subject to quarterly audits by the Government. The Contractor shall provide a sales report, including original sales rece ipts for recycled and composted materials, to the YTC POC not later that the 10th calendar day of the month following the sale. The sales receipts (purchase orders) shall contain the sale price, total weight and items recycled or composted less the Contrac tors processing fees. The dollar amount the Contractor receives for each commodity shall be provided with the sales report. 1.6.1. Formula to Determine the Government Generated Revenue: The Contractor shall use the original sales receipt and deduct vendor labor and materials for recycled and composted materials to determine the revenue to be sent to the U.S. Department of the Treasury. The following formula shall be utilized: (Revenue Generated from Sale Less Vendor Labor and Materials equals Governments Share of Revenue) 1.6.2. The check shall be made out to the U.S. Department of the Treasury. A letter on the Contractors letterhead that includes the following identifying information shall be included in the envelop in which the check is sent to the Government: Suspense Account 21F3875.111 APC 88TR Fiscal Station S45016 Contract Number: __________________________ 1.6.3. The check shall be mailed to: DFAS ROME Attention: Disbursing Office 325 Brooks Road Rome, NY 13441-4527 3.0. CONTRACTOR MANPOWER REPORTS: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report all contractor manpower (including sub-contractor manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contra cting Office, Contracting Officer, Contracting Office rs Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee enterin g data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) refl ecting services provided by Contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (th e Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where the Contractor and sub-contractors perform the work (specified by zip code in the United States and nea rest city, country, when in an overseas location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this r eporting period (by country). As part of its submission, the Contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months e nding 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 4.0. REQUIREMENTS SUMMARY: PERFORMANCE OBJECTIVE and PWS REFERENCE: Furnish the Government approved containers suitable for the collection and removal of recyclable materials. (1.2.a.) Provide appropriate size containers and place them in appropriate locations to maximize the collection of recyclable material. (1.2.b.) Provide clearly marked containers indicating type of recyclable material to be deposited. (1.2.c.) Service and remove all recyclable containers and equipment in types and quantities adequate to maximize the collection and diversion of recyclable materials. (1.2.d.) Ensure that services are provided in sufficient quantity that the containers are emptied as needed to avoid overflow of recyclable materials. (1.2.e.) The Contractor shall market recycled and composted materials, and consistently seek new and improved markets for materials, and provide to the Government its share of the revenue generated from the sale of recyclable materials. (1.6.) 5.0. DELIVERABLES: The Contractor shall maintain complete and accurate files of, records, and reports required under this contract. Files, records and reports shall be provided electronically in Microsoft Office compatible systems. All files will become the property of the Government and shall be turned over to the YTC POC at the completion or the termination of this contract. DELIVERABLE ITEM and PWS REFERENCE and DUE DATE: Service Delivery Plan: The Contractor shall develop and maintain a service delivery plan. (1.3.) (30 days after contract award.) Collections Report: The Contractor shall record all recycle collections. (1.4.1.) (Monthly with invoice.) Sales Report: The Contractor shall provide a sales report to the YTC POC. (1.6.) (10th calendar day of the month following a sale.) Contractor Manpower Report: The Contractor shall report all contractor manpower (including sub-contractor manpower) required for pe rformance of this contract.(3.0.) (October 31st annually.) Contractor Personnel Listing: The Contractor shall provide a listing of all personnel performing work under the contract. (6.7.) (October 31st of each year that the contract is in place.) Environmental Plan: The Contractor shall provide a written environmental plan detailing services to be provided and how the Contractor shall comply with YTC Environmental Policies. This plan shall also address the handling of hazardous materials/waste that are encountered in the course of performance under this contract. (6.11.1., 6.12.2.) (30 days after contract award.) 6.0. GENERAL REQUIREMENTS: 6.1. Compliance with Published Guidelines, Regulations and Laws: The Contractors delivery of services under this contract shall conform to environmental law and YTC policies and regulations to remain in compliance with YTC Policy Statement No. 21, Envir onmental Management System (EMS). This includes conformance by all sub-contractors the Contractor may utilize in the performance of this contract. All employees and subcontractors shall receive annual EMS General awareness training. 6.2. Location of Work: These recycling services shall be provided at YTC. YTC is a United States Army military reservation located in Yakima and Kittitas Counties, Washington State. The buildings to be serviced are located in Yakima County. 6.3. Quality Control: Government policy for contractor quality control and applicable definitions are provided in Part 46 of the Federal Acquisition Regulations. These may be accessed at the following website addresses: http:slash slash www.arnet.gov sl ash far or at http:slash slash farsite.hill.af.mil . The Contractor is required to control the quality of services delivered and provide to the Government, for acceptance, only services which conform to contract requirements. Delivery of services shall be in substantial compliance with contract requirements and shall be suitable for the intended purpose of the contract. 6.4. Hours of Operation: Services shall be performed during normal duty hours of 7:30 A.M. to 4:00 P.M., Mondays through Fridays, excluding federal holidays, unless otherwise required in the contract or approved by the YTC POC. Emergency calls shall be c ompleted within six (6) hours of notification. Changes in work times need to be submitted to the YTC POC for approval at least 72 hours prior to when the scheduled change is to take effect. 6.5. Security Requirements: The Contractor shall comply with all YTC security regulations. Contractor employees shall obtain and display identification badges. The Contractor shall anticipate delays in getting commercial vehicles on YTC and allow time fo r commercial vehicles to reach their destination by driving designated routes at posted speed limits through YTC. 6.6. Contractor Personnel: The Contractor shall provide all personnel necessary to perform all work required by the contract. All personnel shall be qualified, trained and appropriately licensed. The Contractor shall meet all requirements, shift schedule s, and changes as may be required to assure prompt response to the requirements of the contract. All persons utilized in the performance of the contract shall be employees of the Contractor and shall not be construed to be employees of the Government. All employees shall be LEGAL residents of the United States. All Contractor employees must obtain a favorable Government background check prior to performing work under this contract. In order to accomplish this background check, the Contractor shall, at least seven (7) working days before the contract start date, provide the YTC POC a list of personnel consisting of the following information: Full name to include middle name; social security number; date of birth; race; and sex for each employee. Prior to a n ew employee performing work, the Contractor shall provide the YTC POC with the same information stated above. T he Contractor shall not allow any person who receives an unfavorable background check, as determined by the Government, to perform work under this contract. Failure of any employee to obtain a favorable background check does not relieve the Contractor of t he requirement to perform all work in accordance with the terms of the contract. Employees, while on YTC, shall not in any way reflect discredit upon YTC or the Department of the Army. 6.7. Identification of Contractor's Employees: The Contractor shall provide a listing of all personnel performing work under the contract. The list shall include the full name and work assignment of each employee and shall delineate line(s) of authority and responsibility. The Contractor shall notify the YTC POC in writing of any addition or deletion of personnel or change in employee work assignments at least one Government work day prior to such addition, deletion, or change. Each Contractor employee s hall wear a visible, Contractor furnished identification badge or card which shall include, as a minimum, the full name and signature of the employee, a picture of the employee and the legal name under which the Contractor is doing business under the contr act. Any lost or stolen badges shall be reported to the YTC POC immediately. A sample Contractor's identification badge or card shall be submitted to the Contracting Officer for approval prior to the start of the contract and at least 10 calendar days pri or to any change to the format of the badge or card. While on the YTC or any other Government installation, all Contractor employees shall wear their identification badge or card on the chest portion of the exterior garment while performing any duties pur suant to the contract. 6.8. Performance of Service during Crisis or Heightened Security: In the event of crisis or heightened security caused by a national emergency, natural disaster, or other causes, continued performance will be as directed by The Director of Public Works, as necessary, in support of the YTC mission. The contract price and delivery schedule may be adjusted to reflect any increase or change of work that may be directed. 6.9. Interacting with Government Personnel and other Contractors: 6.9.1. Interacting with Government Operations: Contractor will not unduly interfere with regularly scheduled Government operational activities in the performance of contract requirements. In the event a Government supervisor so requests, temporarily ceas e work in the area and report the instructions, to include name of the Government person involved, to the YTC POC immediately by the most expedient means. The Contractor shall coordinate with building occupants in advance to eliminate interference or inter ruption while contract services are being performed. 6.9.2. Disputes with Customers or Other Government Contractors: The Contractor shall verbally notify the YTC POC of unresolved disputes in receiving support from or providing support to customers or other contractors within two (2) hours from the time th e dispute occurs and follow-up in writing within two (2) work days. 6.10. Safety Requirements and Reports: The Contractor shall perform work in a safe manner and comply with OSHA and EM 385-1-1, Safety and Health Requirements, Department of the Army, Project Manager of Engineers, 1996. EM 385-1-1 is available at http:sl ash slash www.usace.army.mil slash inet slash usace-docs. 6.10.1. Accident and Damage Reports: The Contractor shall provide a verbal report to the YTC POC as soon as possible but not later than four (4) hours after each occurrence of damage to Government property or an accident resulting in death, injury, occup ational disease, or adverse environmental impact. The Contractor shall provide a completed copy of required Accident Investigation Reports to the YTC POC within five (5) calendar days of each occurrence. The Contractor shall comply with OSHA and EM385-1-1, Section 1, for YTC POC keeping and reporting of all accidents. 6.10.2. Accident and Damage Report Forms: Where specific OSHA or EM 385-1-1 forms are not required, the Contractor may use forms of their own design. 6.11. Environmental Requirements: 6.11.1. The Contractor shall provide a written environmental plan detailing services to be provided and how the Contractor shall comply with YTC Environmental Policies with their service delivery plan. This plan shall be submitted to the Government for ap proval by the YTC POC within 30 calendar days after contract award. In addition to all applicable federal, state, and local regulations, the following specific guidance is provided: YTC Policy Number 21, Environmental Management System (EMS), 32 CFR Part 6 51, Environmental Analysis of Army Actions, and FL Regulation 200-1, Environmental Protection and Enhancement, and the current Yakima Training Facility Design Standards. Best Management Practices, where applicable, shall be identified and implemented to of fset adverse environmental impacts. These practices are available for viewing at Department of Public Works, Building P810 Yakima Training Center, WA. 6.11.2. The Contractor shall be familiar with YTCs environmental policy and shall ensure that this information is considered and incorporated into this project. The policy can be found at Enclosure 1. Additional information on the YTC EMS can be obtaine d by contacting the YTC EMS representative, who will be identified after award of contract. 6.12. Management of Hazardous Material and Hazardous Waste: 6.12.1. The Contractor will comply with hazardous material and hazardous waste requirements found in Fort Lewis Regulation 200-1 and l other appropriate regulations. 6.12.2. In addition to all applicable Federal, State, and local regulations, the following specific guidance applies: 32 CFR Part 651, Environmental Analysis of Army Actions, and FL Regulation 200-1, Environmental Protection and Enhancement, and the curre nt YTC Design Standards. Best Management Practices, where applicable, shall be identified and implemented to offset adverse environmental impacts. These practices are available for viewing at Department of Public Works, Building P810, YTC, WA. 6.12.3. The Contractor shall not pick up items that may contain refrigerants, weapons, hazardous materials, hazardous waste, oils, batteries, ammunition (ammo), ammo boxes, or brass. The Contractor shall notify the Ammo Supply Point (ASP) at (509)577-3275 for ammo and ammo boxes when found. The Contractor shall notify the Hazardous Waste One-Stop at (509)577-3830 or when any other of these items is discovered. 6.12.4. The Contractor is responsible for all costs (including waste management costs), spill response and cleanup of all spills at YTC, from Contractor operated or owned vehicles and equipment used to perform the activities associated with this contract. The Contractor shall follow YTC policy and procedures for reporting spills, including the requirement to immediately notify YTC Range Control or Operations Center.
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN01233973-W 20070218/070216222925 (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 |