Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

S -- Recycling Services - 09-S-Q097 Recycling Synopsis/Solicitation

Notice Date
3/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Combat Command, 2 CONS, 841 Fairchild Ave Ste 205, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-09-Q-S097
 
Point of Contact
Bethany McClain,, Phone: 318-456-4643, Marla Poirier,, Phone: 318-456-2774
 
E-Mail Address
bethany.mcclain@us.af.mil, marla.poirier@barksdale.af.mil
 
Small Business Set-Aside
N/A
 
Description
This attachment is a better copy of the subject Sysnopsis/Solicitation. This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-09-Q-S097, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-30 effective 17 Feb 2009). The North American Industry Classification System (NAICS) number is 562111, and the business size is $12.5 million. The proposed acquisition is not set-aside for small businesses, but small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes. The items being procured are: Recycling services including recycling collection and market sales for Barksdale AFB, LA. See attached Statement of Work on pages three through ten for complete description of services required. The offer submittal shall list the unit price as months and overall total for 12 months. Delivery requirements: The period of performance is 1 April 2009 through 31 March 2010. (*Please note preformance is will start on 1 April 2009*) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items 52.247-34, FOB Destination 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), 31, (c) 1, and 2. Applicable DFARS clauses included: 252.204-7004, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003, 252-247-7023, 252.247-7024 The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. A site visit will be held on 11 March 2009 at 10:00 am at the 2d Contracting Squadron conference room located at 41 Vandenberg Ave, Barksdale AFB, LA 71110. Offers must be received NLT 04:00 P.M. (CST), 17 March 2009, 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2271. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Bethany McClain at (318) 456-4843. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Bethany McClain, Contract Administrator, at (318) 456-5598, bethany.mcclain@barksdale.af.mil or Marla Poirier, Contracting Officer, at (318) 456-6887, marla.poirier@barksdale.af.mil. STATEMENT OF WORK FOR RECYCLING SERVICES AT BARKSDALE AIR FORCE BASE 1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform recycling services at Barksdale AFB, LA. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. 2. COLLECTION REQUIREMENTS. The contractor shall establish vehicle routes and collection schedules. They are to be submitted to the contracting officer five (5) calendar days prior to start of contract performance. The contractor may propose adjustments to the schedule at any time but as a minimum the QAP and contractor will monitor fill capacities during the first 30 days of performance and at one other time to be agreed upon during each performance period. The QAP must be notified of pickup schedule and haul route changes. The contractor shall pick up all recyclable material on the ground within a 10 foot radius of the container. The contractor shall collect recyclable material during periods of inclement weather. In cases of severe weather, the QAP may authorize exceptions. When exceptions are granted, the contractor shall make up all missed collections within 24 hours after the severe weather has terminated, unless the QAP authorizes additional time. Estimated capacity and pickup frequency of containers is indicated in Appendix A2. The contractor is encouraged to identify changes to the capacity of containers and/or pickup frequency that improve the overall efficiency of recycling removal, and to propose these changes to the QAP. No changes are to be made until approved by the QAP. Collection of recyclable materials in all areas will be from government-provided recycling dumpsters. The contractor will be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. The contractor shall collect recyclables placed at collection stations; high grade paper and cardboard. It is intended that the majority of recyclables will be placed in containers. The contractor shall notify the QAP of locations where recyclables are frequently placed outside of containers so the QAP may notify facility managers and, if necessary, adjust the container size or pickup frequency. The contractor will be responsible for keeping collection areas free of refuse and debris. Contractor shall pickup materials at the locations specified in Appendix A2. Hours of operation 0730-1630 hours normal work days 5 days a week, Monday through Friday. 3. WEIGHING OF VEHICLES. All vehicles used in the collection of recyclable materials shall be weighed on state certified vehicle scales. Outgoing vehicle weights shall be recorded on weight tickets provided by the operator at the weigh station. The contractor shall submit a monthly report that includes weight tickets that reflect the recycled tonnage figures, date of sale, and type of vehicle. The base scale is located in the DRMO yard. The contractor shall conduct direct sales of recyclable commodities through a Qualified Recycling Program (QRP), with 100 percent of the revenues generated by the resale of recyclable commodities to be retained by the government. Military Family Housing, Commissary and AAFES cardboard are not included in this contract. 4. BASE RECYCLING PROCESS CENTER. The government will provide the contractor, if he so chooses, use of the base recycling process center. The contractor may transport recyclables to a contractor-owned or third party off base facility for resale so long as government recyclable materials are weighed prior to sale. Perform daily general cleaning and perform recommended maintenance on government furnished items (Appendix C). Notify Base Civil Engineer customer service for facility maintenance or repair requirements. With the approval of the contracting officer, contractor may procure and install additional equipment as required to more efficiently process recyclable materials. Contractor-purchased equipment will be procured at the contractor's expense, owned by the contractor and may be removed upon contract completion. The government will provide utility service to the recycling process center and perform facility maintenance and repairs as required. The government will provide an office in the DRMO yard. 5. MARKETING. The contractor shall provide for the marketing of mandatory recyclable materials, high grade paper and cardboard identified by the QRP Business Plan, including transportation to the purchasers. If the contractor chooses to recycle materials other than the mandatory items he may do so. The contractor shall return 100 percent of revenues generated by sale of recyclable materials to the government. The contractor shall provide a summary of resale proceeds by type of item, along with original sales receipts for recyclable materials to the government evaluator no later than the third working day of the month following the sale month. The sales receipts shall contain the weight, type and price of the item recycled. Disposal of non-marketable materials from processing recyclable materials at an off-base facility shall be the responsibility of the contractor. This includes any recyclable material rejected for any reason. The contractor shall provide a monthly report to the contracting officer detailing total tonnage of materials collected and recycled by commodity, and gross proceeds from recyclable sales. Original sales receipts from recyclables must accompany the report. Prior month reports shall be due by the close of business on the third workday of the month. Daily submit reports that would have completion, unscheduled services, extra pickups, and other pertinent information. 6. SECURITY, FIRE AND MEDICAL SERVICES. The Government will provide police and fire protection. In the event of a medical emergency, ambulance service for transporting an injured employee to a local hospital is available on a cost reimbursement basis. Dial 911 for base emergencies. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the installation, shall abide by all security regulations of the installation. When any employee no longer works for the contractor at the installation, the contract manager shall return any government furnished identification card to the contracting officer's representative. Contractors shall expect delays entering the base and entry and exit of restricted areas. The contractor shall comply with all requirements and procedures IAW FAR 5353.242-9000, Contractor Access to Air Force Installations. All documentation shall be submitted at the pre-performance conference. Flightline Road access/driver familiarization training will be given by the government for all employees requiring entry within the flight line fences or facilities contained therein. 7. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. According to Department of Defense Instruction (DoDI) 3020.37, Continuation of Essential DoD Contractor Services During Crises, and the Air Force implementation thereof, unless otherwise directed by an authorized government representative, it is determined that Recycling Services requirements under this SOW are essential to be performed during a crisis. 8. BASE CLOSURE. Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert, will be accomplished as soon as possible after reopening the base. Federal Holidays. New Year's Day - 1 January Martin Luther King Day - 3rd Monday in January President's Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran's Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December If these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the Contractor will be responsible for rescheduling services for the first day post the holiday observance. 9. SPECIAL QUALIFICATIONS. 9.1. Traffic Laws. The Contractor and its employees shall comply with base traffic regulations. 9.2. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their Contractor-owned or privately owned vehicle while on Barksdale AFB. 10. APPENDICES. APPENDIX A TABLE A1 - ESTIMATED WORKLOAD DATA ANNUAL ITEM NAME ESTIMATED QUANTITY 1 High-grade Paper Recyclable 41 Tons 2 Cardboard Recyclable 235 Tons TABLE A2 - QUANTITY OF CONTAINERS BY SIZE and FREQUENCY Facility # Address Location Size CY Frequency CARDBOARD 4946 TWINING DR. RECYCLE CENTER 8 Daily 4946 TWINING DR. RECYCLE CENTER 6 Daily 4946 TWINING DR. RECYCLE CENTER 6 Daily 4631 DOUHET DR. DINING HALL BACK LOADING DOCK 8 1/2 WKS 4543 TWINING DR. MED CLINIC 6 1/2 WKS 1043 185 BOSSIER RD GOLFCOURSE CLUBHOUSE 3 1/2 WKS 3725 424 KENNEY AVE. CHILD DEVELOPMENT CENTER 3 1/2 WKS 4161 BILLY MITCHELL DR. BASE SERVICE STORE 6 1/2 WKS 4168 475 RICKENBACKER AVE BASE MOTOR POOL 3 1/2 WKS 4455 450 CURITS RD BACK SIDE OF BLDG. CE YARD 3 1/2 WKS 4666 1067 TWINING DR. DENTAL CLINIC 3 1/2 WKS 4711 CURTIS RD. REFILL PHARMACY 6 1/2 WKS 5341 41 ORVILLEE WRIGHT AVE. BACK LOADING DOCK OSS 3 1/2 WKS 5345 345 DAVIS AVE W. BACK DOCK SOUTH PERSONNEL 3 1/2 WKS 5441 BARKSDALE BLVD.W REPRODUCTION 3 4/WK 5546 DAVIS AVE. 2nd SUPPORT GROUP / 8TH AF 3 4/WK 5454 75 BARKSDALE BLVD. EAST EAST END 11 BS 3 1/2WKS 5766 LINDBERGH RD. FAB FLIGHT / CALL IN NO CONTAINER 3 1/2WKS 5778 650 LINDBERGH RD.E. AGE SHOP 3 2/WK 3578 BARKSDALE BLVD.W CHAPEL #1 3 1/2WKS 6225 525 LINDBERGH RD. W. 20TH BS BEHIND PRIVACY FENCE 3 1/2WKS 6226 821 LINBDBERGH RD. E. TARGET INTELLIGENCE FLIGHTLINE 3 1/2WKS 6237 437 LINDBERGH RD. W. INSIDE HGR 12 FLIGHT LINE 3 1/2WKS 6238 339 LINDBERGH RD. E. HGR.10 / FLIGHTLINE 3 2/WK 6360 RANGE RD. MWR 3 1/2WKS 6402 105 LINDBERGH RD.E. INFLIGHT KITCHEN FLIGHT LINE 6 4/WK 6415 315 LINDBERGH RD. E. HGR 6 FLIGHTLINE 3 2/WK 6614 817 LINDBERGH RD. E. MAINTENANCE SHOP FLIGHTLINE 3 2/WK 6628 DAVIS AVE. 2 BAY HANGAR 3 2/WK 6825 917th FLIGHTLINE SIDE 3 2/WK 6350 1125 SECURITY RD. 917 END OF ROAD 3 2/WK 6827 Davis. 917 PROP SHOP 3 1/2WKS 6830 1125 SECURITY RD. 917TH END OF ROAD 3 2/WK 6564 RANGE RD. RIFLE RANGE LOCK COMB #4382 3 1/2WKS 7282 103 REDHORSE DR. BETWEEN BUILDINGS 3 1/2WKS 7297 3904 AMMO DR. TRL MAINT BAY 3 1/2WKS 7588 RANGE RD. ACTIVE DUTY CSA 3 1/2WKS 7625 000 RANGE RD. EOD 3 1/2WKS 8930 EAST RESERVATION OUTDOOR RECREATION CMB #8930 3 1/WK 7135 ROD AND GUN CLUB LOCK COMBO 2525 3 1/WK 7212 DUNN RD. NCO LEADERSHIP SCHOOL 3 1/WK 7236 SECURITY FORCES SECURITY FORCES EAST SIDE 3 1/WK 7500 RANGE RD. 608TH 8TH AF DETACHMENT 3 1/WK 5743 AIRCRAFT SHOP 4 1/WK PAPER 4455 450 CURTIS RD BACKSIDE OF BLDG. CE YARD 3 1/2WKS 5441 40 BARKSDALE BLVD W REPRODUCTION 3 4/WK 6415 315 LINDBERGH RD. E. HGR 6 FLIGHTLINE 3 2/WK 6614 FLIGHT LINE MAINTENANCE SHOP 3 2/WK 4543 TWINING DR. MED CLINIC 4 1/2WKS 6628 DAVIS AVE. 2 BAY HANGAR 3 2/WK 7236 SECURITY FORCES SECURITY FORCES EAST SIDE 3 1/WK Quantity of Container by Size 3CY 41 4CY 2 6CY 6 8CY 2 TOTAL CONTAINER COUNT 51 APPENDIX B BASE MAP BASE STREET MAP See attached PDF file for the map. APPENDIX C GOVERNMENT FURNISHED PROPERTY/EQUIPMENT GOVERNMENT-FURNISHED FACILITIES The following is a list of Government furnished facilities available for use by the contractor: Building Number Size Use Next to 4966 16' X 40' Trailer office DRMO yard. Building 4966 Storage/Process building Building 4967 Storage building Base government Used by Base for scale 10' X 35' weighing materials GOVERNMENT-FURNISHED EQUIPMENT (Non-EAID Government Owned) NOMENCLATURE SERIAL/STOCK NUMBER QUANTITY Dumpsters 3 CY in use MayFab 41 Dumpsters 4 CY in use MayFab 2 Dumpsters 6 CY in use MayFab 6 Dumpsters 8 CY in use MayFab 2
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8ffdfc6e7807603d358427e4fa63743&tab=core&_cview=1)
 
Place of Performance
Address: Various locations on, Barksdale AFB, LA 71110, See Statment of Work, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN01764067-W 20090308/090306222017-e8ffdfc6e7807603d358427e4fa63743 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.