SOLICITATION NOTICE
F -- Waste Management Services
- Notice Date
- 3/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 740100000032
- Response Due
- 3/19/2007
- Archive Date
- 4/3/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) Department of Justice, is seeking a contractor to provide all management, supervision, quality control and labor to remove all Trash, DEBRIS, HAZARDOUS MATERIAL AND CONTAMINATED WOOD. Removal shall be performed on a BI-WEEKLY basis. Contracted services include all trash, debris and materials, hazardous or not from the ATF National Laboratory Center at 6000 Ammendale Rd. Ammendale MD 20705. The contractor is responsible to show proof of handling hazardous materials per EPA regulations as required. An estimated 2,000 cubic yards of debris, hazardous material and contaminated wood shall be removed per year. This award will be made utilizing the simplified acquisition procedures under FAR Part 13. FAR Part 17.202 is applicable. All FAR Part 12 Clauses/Provisions are also applicable. The contract will be a performance based contract with four option years. (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. The attached statement of work will be uploaded under the same Fed Biz Opps requisition number. Proposals may be submitted only by response to this Fed Biz request. This is a commercial item prepared using commercial items procedures in FAR Part 12. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-3, Offeror Representations and Certifications?Commercial Items; FAR 52.212-4, Contract Terms and Conditions?Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items. FAR Part 52.232-33, payment by electronic funds transfer apply. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award. Quotes must include price, best delivery time. This is a total small business set-aside however if no responses are received by a responsible small business vendor, others will be considered. Proposals shall include pricing for the Base Year and for the four (4) One Year Options. The closing date for this requirement is March 19, 2007 2:00pm EST. Proposals are acceptable by facsimile machine or (202) 927-7311 and e-mail at Florence.Twillie-Keene@atf.gov. Any questions concerning this requirement shall contact Florence Twillie-Keene at 202-927-7881 or by email at Florence.Twillie-Keene@atf.gov. Statement of Objectives (SOO) The removal of DEBRIS, HAZARDOUS MATERIAL AND CONTAMINATED WOOD shall be performed on a BI-WEEKLY basis. Two 30 cubic yard open top containers are presently being used. One 30 cubic yard container with a compactor is acceptable, and all hazardous materials must be handled and transported per EPA regulations if required. ATF MISSION The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is a principal law enforcement agency within the United States Department of Justice dedicated to preventing terrorism, reducing violent crime, and protecting our Nation. The men and women of ATF perform the dual responsibilities of enforcing Federal criminal laws and regulating the firearms and explosives industries. We are committed to working directly, and through partnerships, to investigate and reduce crime involving firearms and explosives, acts of arson, and illegal trafficking of alcohol and tobacco product. INTRODUCTION The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) Department of Justice, is seeking a contractor to provide all management, supervision, quality control, labor to removal of all Trash, DEBRIS, HAZARDOUS MATERIAL AND CONTAMINATED WOOD shall be performed on a BI-WEEKLY basis. Contracted services include all trash, debris and materials, hazardous or not form the ATF National Laboratory Center at 6000 Ammendale Rd. Ammendale MD 20705. The contractor is responsible to show proof of handling hazardous materials per EPA regulations as required. GENERAL INFORMATION The below listed requirements apply to TRASH REMOVAL SERVICE and to the disposal of DEBRIS, HAZARDOUS MATERIAL, AND CONTAMINATED WOOD. SCHEDULE OF REMOVAL The contractor shall schedule the removal only one container at a time so that the facility is not without a container for more than 3 HOURS. If a compactor is to be used the pick up schedules may need to be adjusted so the compactor does not remain full longer than one week. Since this is a 24 hr. facility, pickups can be scheduled to meet the needs of the NLC. Services shall be required on normal Government workdays, legal holidays excluded. Scheduled pickups which fall on holidays shall be performed on the following workday. EQUIPMENT The contractor shall furnish all necessary equipment and labor to satisfactorily provide trash and debris removal and disposal service as described herein. All equipment must be available for inspection by the Contracting Officer?s Representative and must be installed and ready for use at the designated Government location on the first day of the contract period. TRASH AND DEBRIS LITTERED DURING REMOVAL The contractor shall clean up all trash and debris scattered as a result of his operations in the vicinity of the pickup point. CONTRACTOR'S EMPLOYEES WILL NOT BE ALLOWED TO SEPARATE AND/OR SEGREGATE TRASH ON GOVERNMENT PREMISES. SELF-CONTAINED COMPACTOR and/or OPEN TOP CONTAINERS The contractor shall remove all trash by means of a self-contained compactor and / or open top container as described below. Installation: The contractor shall install either a self-contained compactor container, or open top containers. At the designated pickup point in a location designated by the Building Manager. The Government will furnish the electrical outlet for connection to the compactor unit; however, the contractor will make the necessary electrical connections to the compactor including an "on-off" key controlled push button switch. The switch will be a momentary contact switch with auxiliary contacts to a sealed control circuit and shall be located a minimum of 5 feet from the loading hopper. The self-contained compactor container must be equipped with an inspection hole with a cover at the rear and top of the container to permit visual inspection to determine the fullness of the container, if the Government determines that the container is equipped with a compactor that is not compacting the container to or near capacity, this equipment will be rejected as unsuitable, and the contractor will be required to replace it with equipment that is adequate to perform the task of compacting the trash in the container to capacity. Note: As part of the compactor service, the contractor shall furnish hand rails, ramps, etc., as a safety precaution as required by the Occupational Health and Safety Administration (OSHA). SIZE OF EQUIPMENT The hopper of the compactor unit shall have a capacity of approximately 2 cubic yards. The movable containers shall have a capacity of at least 25 cubic yards. All open top containers shall be 30 cubic yard containers. MAINTENANCE OF EQUIPMENT The contractor shall maintain all equipment in good operating condition. If the equipment becomes inoperative, the contractor shall furnish a schedule when the equipment will replacement and how the trash will be picked up until the new equipment is in place. This schedule must be approved by the Contracting Officer's Representative (COTR). DEBRIS, HAZARDOUS MATERIAL AND CONTAMINATED WOOD REMOVAL An estimated 2,000 cubic yards of debris, hazardous material and contaminated wood shall be removed per year. DEBRIS, HAZARDOUS MATERIAL AND CONTAMINATED WOOD REMOVAL DEFINITION "Debris" includes but is not limited to plaster, wallboard, brick, stone, ceramic tile, furniture, "Contaminated wood" includes but is not limited to scrap lumber, crates, boxes, skids, etc. "Hazardous material" includes but is not limited to fluorescent tubes, fixture ballast. DEBRIS, HAZARDOUS MATERIAL AND CONTAMINATED WOOD REMOVAL PROCEDURE Debris removal and contaminated wood removal shall be provided on a routine schedule. Hazardous material removal will be accomplished separately from debris and contaminated wood and will also be accomplished on an on-call basis. When requested by an authorized representative, the contractor shall remove by no later than the end of the next workday hazardous materials from the site. Tickets shall be prepared in triplicate by the contractor, indicating the amount removed, a brief description, the contract number, the invoice number, and associated information. Hazardous materials tickets are to be completed and signed at the time of pickup by an authorized Government representative. The Contracting Officer's designated representatives are the only employees authorized to sign these tickets. One copy is to be retained by the Contracting Officer's authorized representative, one copy to be retained by the contractor for his records, and the original is to be transmitted to the Contracting Officer. NOTE: Pickup tickets for hazardous materials will state the location of the Environmental Protection Agency (EPA) certified dump site. In an effort to better coordinate payments for hazardous materials, it will be the responsibility of the contractor to have all debris tickets numbered and dated on the day of the pickup. Each ticket must be signed by the Contracting Officer's designated representative at the pickup site. In addition to the signature, the contractor must also require Contracting Officer's designated representative to print his or her name below or above their signature. Duplicate copies of the signed debris tickets must be submitted to the appropriate office with the monthly invoice. B.13 ENVIRONMENTAL QUALITY ASSURANCES ATF has an affirmative environmental quality program. In order to augment this program, the contractor agrees that in the performance of the work under this contract: Contractor will fully comply with all federal and local laws, ordinances, and regulations regarding sanitation and solid waste disposal. Solid waste will be collected, stored, and disposed of only at incinerators, landfills, or other facilities which are approved by the Environmental Protection Agency (EPA) as being in conformance with existing Federal regulations as published in the Federal Register, Vol. 41, No. 31, Part 243 and in Vol. 39, No. 158, Part 241, including all amendments. Additionally, it is preferred that the contractor use re-refined oil and retread tires in maintaining its equipment. INSURANCE The contractor assumes responsibility for all damage or injury to persons or property occasioned through the use, maintenance, and operation of the contractor?s vehicles or other equipment by, or the action of, the contractor or the contractor's employees and agents. The contractor, at the contractor's expense, shall maintain adequate public liability and property damage insurance during the continuance of this contract, insuring the contractor against all claims for injury or damage. The cost of repairing any property damage caused by the contractor will be deducted from the contractor?s invoice; it will be the contractor?s responsibility to file claims with its insurance carrier. PERIOD OF PERFORMANCE The period of performance will be from April 1, 2007 through March 31, 2008, with four (4) one year options.
- Place of Performance
- Address: 6000 Ammendale Rd. Ammendale MD 20705
- Zip Code: 20705
- Country: UNITED STATES
- Zip Code: 20705
- Record
- SN01248869-W 20070314/070312220200 (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 |