SOLICITATION NOTICE
S -- IMPERIAL SAND DUNES REC. AREA TRASH COLLECTION
- Notice Date
- 8/12/2009
- Notice Type
- Presolicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Interior, Bureau of Land Management, National Centers Region, L OC-NOC SVC & SUPPLIES SEC(OC663)DENVER FEDERAL CENTERDENVERCO80225US
- ZIP Code
- 00000
- Solicitation Number
- L09PS01294
- Point of Contact
- Hepp, Chad M 303-236-0901, chepp@blm.gov<br />
- E-Mail Address
-
Hepp, Chad M
(chepp@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is only a pre-solicitation notice. A complete solicitation is expected to be released on or around August 13, 2009. Additional detail will be provided with the solicitation. BACKGROUND:The Imperial Sand Dunes Recreation Area (ISDRA), managed by the Bureau of Land Managements (BLM) El Centro Field Office, is located in eastern Imperial County, California. At 40 miles long and averaging five miles in width, it covers almost 160,000 acres, the largest area for sand dune off-highway vehicle (OHV) recreation experience in the U.S. It draws visitors from throughout California as well as other states, and receives the highest visitor use concentration of any BLM recreation area in the country. BLMs challenge is to administer the ISDRA in a manner that allows intensive recreational use, but also protects the designated wilderness area and conserves the natural and cultural resources of the Dunes. Funding for the Dunes is from three primary sources, BLM appropriated dollars, state grants, and recreation fees. A cooperative effort with California Department of Parks and Recreation previously provided much of the funding for operations, maintenance, and capital improvements, through Off-Highway Motor Vehicle Recreation Division grants. The fee collection program is now the core funding source for the ISDRA. GENERAL DESCRIPTION OF SERVICES:The contractor shall provide services for the collection and removal of trash generated at the Imperial Sand Dunes Recreation Area. These services will include all equipment, labor, needed supplies, and six cubic yard dumpsters with attached, hinged lids to accommodate this trash. Annual visitation is approximately 1.2 1.4 million visitors. The dumpsters will be six cubic yards and fitted with a device, or mechanism, which will prevent the lids from being left open after people place trash in the dumpster. These lids not only protect endangered species, but also ensure that trash does not blow out of the dumpsters and that scavenger animals are kept out of the dumpsters. Six cubic yard dumpsters have worked well in the past because their tops are low to the ground and visitors can easily place their trash inside of them. Trash is dumped throughout the week with the heaviest use on Saturday, Sunday, and holidays. The contractor will determine the quantity of dumpsters and the frequency they will need to be emptied to provide space needed so no trash will be left on the ground due to full dumpsters. The contractor must ensure there is always enough space for visitors to place trash in the dumpsters. The contractor will be responsible for picking up any/all trash that is on the ground and within a 25 foot radius of the dumpsters. The contractor will keep the dumpsters in good repair and appearance (i.e. the lids in good condition and the lid limitation devices in repair so the lids cannot be left open or blown open by the wind). The dumpsters will all be the same color. If a dumpster is damaged, it will be repaired or replaced within three days. No painting of dumpsters will be allowed on public lands. The contractor will be responsible for properly/legally disposing of, but not limited to, tires, oil, batteries or white materials (i.e. small appliances) that are left in or around the dumpsters. All trash and recyclables will be disposed of according to all applicable local, state, and federal laws. The contractor shall provide a point of contact that the BLM may contact if additional trash pick-up is required. The dumpsters will be removed from public land no later than June 10th and not placed any earlier than Sept. 20th of each work season. With the continued emphasis on greening and reducing our impact on the environment, the ISDRA resource advisory council is required to determine the amount of waste material that is being recycled. In addition, grant funding dependent upon the amount of recycling being completed at the ISDRA. The contractor will be required to submit a plan indicating how recycling of waste material will occur. The estimated amount of material recycled will need to be reported as well. LOCATION OF DUMPSTERSThe dumpster locations at the Imperial Sand Dunes Recreation Area are listed below. NORTH DUNES1. Gecko Road: From State Hwy 78, then one- half mile south on Gecko Road. Dumpsters will be on the east side of Gecko Road on the outer edge of the asphalt turnout. This site has historically had 20 dumpsters.2. Glamis Store: From State Highway 78, Glamis, California, the dumpsters will be east, southeast of the store on the south side of the railroad, east of highway 78 approximately.25 mile adjacent to the railroad fence. This site has historically had 24 dumpsters. SOUTH DUNES3. Gordons Well: From Interstate 8, take Gordons Well Exit, go north, and turn east on Old Highway 80, follow to the end of the pavement, dumpsters will be lined up along the west side of the aggregate road. The dumpsters will be lined up from the pavement to the bridge that crosses the New Coachella Canal spaced an equal distance apart. This site historically has had 24 dumpsters.4. Buttercup: From Interstate 8, exit Grays Well Road and continue west on paved frontage road on the south side of the interstate and turn south at the first intersection (Luis Aguliar Road). Dumpsters will be on your left approximately 200 yards past the intersection. This site historically has had 8 dumpsters.5. Midway Campground: From Interstate 8, exit Grays Well Road and continue west on paved frontage road on the south side of the interstate. The site is located approximately two miles west of the Buttercup site. This site historically has had 2 dumpsters.6. Plank Road: From Interstate 8, exit Grays Well Road and continue west on paved frontage road 3.2 miles west: containers will be placed on the north side of Grays Well Road between the two pit toilets and the asphalt frontage road. This site historically has had 2 dumpsters. HISTORICAL INFORMATION:Visitation is divided into two major areas, the North Dunes (Glamis Area) and the South Dunes (Buttercup and Gordons Well areas). The visitation in the past has been approximately sixty percent in the North Dunes and forty percent in the South Dunes. Locations 1&2 are in the North Dunes and locations 3, 4, 5, and 6 are in the South Dunes. The heaviest use months are October, November, December, January, and February. Historically, the busiest weekends have been associated with the following holidays: Halloween, Thanksgiving, Christmas/New Years, and Presidents Day. During these weekends, dumpsters have filled very quickly and dumpsters needed to be dumped on a very frequent basis. The BLM believes Dunes visitors have generated no more than 2,100 tons of trash per year. This amount is subject to change dependent upon visitation levels. The anticipated period of performance for the resultant contract is Oct 01, 2009, thru May 31, 2010. In addition to the base year, four (4) subsequent option years with the eight month period of performance noted above are possible. Exercising of these option periods will be at the discretion of the BLM. The BLM anticipates awarding a single Firm Fixed Price services contract. This is a 100% set-aside for small business. The standard NAICS classification is 562111. Size standard is $12.5 million. The Government intends to award this contract on an all-or-none basis. The solicitation will be issued on or about August 13, 2009. Once issued, it will be open for approximately three weeks, and will close on or around September 03, 2009. Award will be made based on technical capabilities, past performance, and price. Proposals shall include the following items: 1) Technical Proposal, 2) Past Performance Questionnaires, 3) Pricing Schedule 4) Completed 52.212-3 Representations and Certifications - Commercial Items (Nov 2007) (accessible at http://www.arnet.gov/far/) or statement of registration in ORCA (accessible at https://orca.bpn.gov/login.aspx), 5) Include TIN and DUNS Number, and 6) Offer must be signed. Offerors must be registered at http://www.ccr.gov to be considered for award. Additional detail regarding this procurement will be provided when the solicitation is issued. This pre-solicitation gives notice to the public that a full solicitation will follow
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L09PS01294/listing.html)
- Record
- SN01908367-W 20090814/090812235744-2e737cfa832f2a810f8ef83649943da5 (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 |