SPECIAL NOTICE
S -- Waste Disposal & Removal with Tash Compactor Maintenance
- Notice Date
- 6/30/2009
- Notice Type
- Special Notice
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
- ZIP Code
- 26106-5312
- Solicitation Number
- RFI-BPD-09-0039
- Point of Contact
- Angala Zoller, Phone: 304-480-8954, Jane Oney, Phone: 304-480-8004
- E-Mail Address
-
psb2@bpd.greas.gov, pbs2@bpd.treas.gov
(psb2@bpd.greas.gov, pbs2@bpd.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- Subject to final approval, The Bureau of the Public Debt, Administrative Resource Center, Division of Procurement, intends to acquire on a sole-source basis, in accordance with FAR 6.302-1, through Parkersburg Waste Management of WV, Inc., RR 2 Box 68A, Bridgeport, WV 26330-9727 for waste removal and disposal and maintenance on McClain Hydraulic Trash Compactor owned by Waste Management. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document is available. The Contractor shall furnish all labor, material, equipment, and supervision to satisfactorily perform the services on a weekly basis. SPECIFIC TASKS 1) Pick-up Tickets: At the time of each removal, pick-up tickets shall be provided and prepared in three (3) copies by the vendor and signed by a representative of the Bureau of the Public Debt (BPD), one (1) copy to be retained by BPD's Contracting Officer's Representative (COTR), one (1) copy to Procurement, and one (1) copy is to be retained by the vendor. The tickets should include the vendor's name, date and time of pick-up, and the signature of the vendor's employee. 2) Equipment Requirements: The vendor shall furnish and install one (1) 42 cubic yard (32.11 cubic meters) compactor container that is compatible with the stationary compactor unit provided by BPD, which shall be hooked up at the pick-up point in a location to be designated by the COTR. 3) Container Requirements: A moveable, 42 cubic yard (32.11 cubic meters) container shall be in place at all times, as one (1) container is removed for disposal, an empty container shall be hooked up for use. 4) Scheduling Trash Removal: The vendor shall provide pick-ups of the 42 cubic yard (32.11 cubic meters) container on a weekly basis. Removals will be scheduled on a weekday, preferably on a Monday. All removals shall be performed between the hours of 6:00 a.m. - 8:00 a.m. It is understood and agreed that the monthly price will include any additional pick-ups necessitated by an overload of the container. No adjustments will be made to the monthly price unless such additional pick-ups exceed two (2) per year. Past experience indicates this will not be necessary. In unusual circumstances, because of heavy usage, it may be required to have the container emptied on a day other than the scheduled pick-up day. Such scheduled changes will be performed at no cost to the Government. 5) Identification of Vehicles: The vendor awarded this order shall identify all vehicles used in the performance of the services with the name of the company and the capacity (in cubic yards) of the vehicle. 6) Inspection of Equipment: All equipment necessary for the performance of the service under this contract must be available for inspection by the Government 15 days prior to the commencement of the services and must be installed and ready for use at the designated Government location on the first day of service under the contract. 7) Maintenance of the Equipment: The vendor will maintain all equipment in good operating condition. Equipment is provided by Waste Management. 8) Trash Littered During Removal: The vendor shall clean up small particles of trash and debris scattered as a result of his operations on grounds, lawns, and roadways in the vicinity of the pick-up point. 9) Compliance with Building Regulations: The vendor shall require his employees to comply with BPD building regulations while on Government premises. 10) Damage to Vendor's Property: The Government will not be responsible in any way for damage to the Contractor's equipment kept in or near the building; or to the vendor's employee's personal belongings brought onto Government premises. 11) Conduct of Work: The personnel employed by the vendor shall be capable employees qualified in this type of work. As stated elsewhere, the vendor shall be responsible for, among other things, all damage to Government property resulting from these operations. Damage to the building or its equipment by the activities of his employees will fall into this category. 12) Government-Owned Containers: Government-owned containers such as GI cans, trash carts, etc., shall not be removed from the premises. 13) Environment Quality Assurances: In furtherance of the Government's environmental quality program the vendor agrees that in the performance of the work under this contract: 13.1) Vendor will fully comply with all local laws, ordinances, and regulations regarding sanitation and solid waste disposal. 13.2) Vendor will not create any litter at loading locations, during any transportation, and or at disposal locations. 13.3) Vendor will clean up hydraulic fluid leaks and/or spills caused by vendor's equipment while on Government's property. The clean up shall be in compliance with the Federal Environmental Protection Agency (EPA), state, and local regulations. 13.4) Vendor agrees that solid waste will be collected, stored, and disposed of only at incinerators, landfills, or other facilities which are approved by the EPA as being in conformance with existing Federal Regulations published in the Federal Register, Vol. 41, No. 31 Part 243, and in the Federal Register, Vol. 39, No. 158, Part 241, including any amendments. 14) Disposal Facility: Selection of a certified disposal facility shall be the responsibility of the Contractor. All solid waste collected, as a requirement of this contract shall be removed from the premises and transported to a processing facility for the purpose of re-manufacturing or recycling to the extent available. All solid waste not transported to a facility for re-manufacturing or recycling shall be disposed of only through a solid waste disposal facility that has been certified within the meaning of Solid Waste Disposal Act (42 U. S. C 3251 et seq.), as amended by the Resource Recovery Act of 1970 (Public Law 91-512) where such facilities are available. The Bureau of the Public Debt will consider all affirmative responses received no later than ten days after publication of this notice. Affirmative responses shall be accompanied by sufficient documentation to clearly show the ability to provide the requirement, at terms more advantageous to the Government than direct purchase through Waste Management. A request for more information will not be considered an affirmative response. If no affirmative written response is received, that clearly demonstrates the ability to meet all the requirements, and that is more advantageous to the Government, we intend to negotiate a sole-source award to Waste Management. Telephone inquiries will not be accepted. Responses to this request must be submitted no later than 2:00 p.m. ET on July 14, 2009 and may be submitted electronically to PSB2@bpd.treas.gov to the attention of Angala Zoller. No other information regarding this Special Notice will be provided at this time. This notice does not restrict the Government to an ultimate acquisition approach. All contractors responding to this spsecial notice are advised that the response is not a request that will be considered for contract award. All interest parties will be required to respond to any resultant solicitation separately from their response to this sources sought notice. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-BPD-09-0039/listing.html)
- Place of Performance
- Address: Bureau of Public Debt, 320 Avery Street & 200 Third Street, Parkersburg, West Virginia, 26106, United States
- Zip Code: 26106
- Zip Code: 26106
- Record
- SN01861049-W 20090702/090701000152-655860b61cca084b1e84a882047ad3f9 (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 |