SOLICITATION NOTICE
S -- Solid Waste Remocal - Devils Tower National Monument
- Notice Date
- 10/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1390100001
- Response Due
- 11/6/2009
- Archive Date
- 10/21/2010
- Point of Contact
- Andrea Brew Contract Secialist 3073442859 andrea_brew@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Solid Waste RemovalDevils Tower National Monument10/20/2009 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Combined Synopsis / Solicitation #Q1390100001. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 562111; Small business size standard: $12.5 Million. The proposed contract is set-aside for small business concerns. All responsible business concerns may submit a quotation which shall be considered by the NPS. The anticipated award date is November 15, 2009. Address questions regarding this solicitation to Andrea Brew at andrea_brew@nps.gov or 307-344-2859. 2) STATEMENT OF WORK: Provide for the collection and disposal of six (6) four cubic yard solid waste containers throughout Devils Tower National Monument. Waste containers are located at Belle Fourche River Campground (2), Devils Tower Picnic Area (1), Employee housing area (2), and Maintenance Shop (1). Trash in the Park is generated primarily in visitor use and housing areas including one campground, one picnic area, seasonal and permanent housing areas and the Visitor Center at the base of the Tower. Park staff checks and collects solid waste during custodial rounds from trash cans in public areas located at the visitor center and restroom areas in the Park. All collected trash is transferred to one of the dumpsters at the above listed areas. Contractor will be responsible for supplying six (6) 4 cubic yard dumpsters. Collection containers shall meet the visual standards for park facilities and infrastructure. Dumpsters must have 4 lightweight metal or plastic lids that open separately and can be closed during periods of non-use. Containers must be able to withstand attempted access by wildlife (raccoons and rodents) and inadvertent opening by strong gusts of wind. Contractor is responsible for removal of all solid waste from all dumpsters located in the park in a proper method. Any loose trash within the immediate area around the container shall be removed at the same time the containers are emptied. Contract is for period of November 15, 2009 through September 30, 2010 A total of four option years to follow may be exercised by Devils Tower National Monument. Suggested pickup schedule base year: November, January, Feb, March and April-not to exceed 1 pickup per monthMay-2 trips May 11 and May 26June-9 trips June 1, 4, 8, 11, 15, 18, 22, 25, 29July-9 trips July 2, 6, 9, 13, 16, 20, 23, 27, 30August-9 trips August 3, 6, 10, 13, 17, 20, 24, 27, 31September-4 trips September 3, 10, 17, 24 Suggested pickup schedule option years: October, November, January, Feb, March and April-not to exceed 1 pickup per monthMay-2 trips May 11 and May 26June-9 trips June 1, 4, 8, 11, 15, 18, 22, 25, 29July-9 trips July 2, 6, 9, 13, 16, 20, 23, 27, 30August-9 trips August 3, 6, 10, 13, 17, 20, 24, 27, 31September-4 trips September 3, 10, 17, 24 Inspection and acceptance of the collection containers in each of the designated areas will be made at the time of delivery by a representative of Devils Tower National Monument. Quotation should include mileage, dumpster rental, and dumping charges for 6 (4 cubic yard) dumpsters. Actual yards of solid waste removed from park per trip shall be reported to facility manager by phone, fax, or written notification within 5 days of pickup. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2005-37, dated October 14,, 2009. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful Quoter shall complete and submit the provision to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-06, 52.219-04, 52.233-3, 52.233-4, 52.219-6, 52.219-28, 52.222-3, 52222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.222-50, 52.225-13, and 52.232-33. Clause 52.217-05, Evaluation of Options, applies to this solicitation. Clause 52.217-08, Option to Extend Services, applies to this solicitation. The last sentence of this clause shall be read as follows: "The Contracting Officer may exercise the option by written notice to the contractor prior to expiration of the existing period." Clause 52.217-09, Option to Extend the Term of the Contract, applies to this solicitation. Paragraph (a) of this clause shall be read as follows: "The Government may extend the term of this contract by written notice to the Contractor prior to the expiration of the existing period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend prior to the expiration of the existing period. The preliminary notice does not commit the Government to an extension."Paragraph (c) of this clause shall be read as follows: "(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years." Clause 52.222-41, Service Contract Act of 1965, applies to this acquisition. The applicable wage determinations which are applicable to this acquisition can be downloaded from the following website: http://www.wdol.gov/sca.aspx#0. Enter the information for what state the work performed is located in; what county the work performed is located in; answer this question, "were these services previously performed at this locality under an SCA-Covered contract"; answer this question, "are the contract services to be performed listed below as Non-Standard Services". Quoters may also obtain a copy of the wage determination by sending a written request to Andrea_Brew@nps.gov. If in the performance of this contract the contractor employs any class of service employee which is not listed within the wage determination then they shall follow the conformance procedures as indicated in subsection (c) of clause 52.222-41. Clause 52.222-42, Statement of Equivalent Rates for Federal Hires, applies to this acquisition. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:It is not a Wage Determination Employee ClassMonetary Wage - Fringe BenefitWG-5703-02 Step 02$12.40 per hour plus $3.10 per hour fringe benefits Clause 52.232-18, Availability of Funds, applies to this acquisition. Clause 52.232-19, Availability of Funds for the Next Fiscal Year, applies to this acquisition. This clause shall read as follows: "Funds are not presently available for performance under this contract beyond September 30th, 2010. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30th, 2010, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, applies to this acquisition. Clause 52.237-3, Continuity of Services, applies to this acquisition. Clause DS1452.228-70 Liability Insurance - Department of the Interior February 2003(a)The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: Employer's liability $100,000 General liability $500,000Automobile liabilityPer person $200,000Per occurrence for bodily injury $500,000 (other than passenger liability)Per occurrence for property damage $20,000 If this is a construction contract, the Contractor shall maintain compensation insurance, for employees engaged in the work, complying with the workmen's compensation laws of the State in which the work is to be performed and shall maintain liability insurance protecting the Contractor from claims because of bodily injury (including death) and property damage arising under this Contract. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which many adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The Contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 4) PROPOSAL: Solicitation: Q1390100001, Solid Waste Removal, Devils Tower National MonumentDue: 2:00 pm Mountain Time, Friday, November 7, 2009Submit to: E-mail: andrea_brew@nps.gov or Fax: 307-344-2079. Proposal contents: (a) Completed clause 52.212-3 as noted above, (b) Acknowledgement of all amendments: Amendments will be listed on www.fbo.gov; enter the solicitation number "Q1390100001" in the quick search block, (c) Offeror information noted below, and (d) complete price schedule noted below. DATE: ___________________________________________________________________________; CONTRACTOR:______________________________________________________________________; ADDRESS:__________________________________________________________________________; DUNS Number:_______________________________________________________________________; ContactName:______________________________________________________________________________; Phone:_____________________________________________________________________________; Fax:_______________________________________________________________________________; E-mail:_____________________________________________________________________________; General Line Item Notes:1. Quoters shall submit a price for all line items; failure to do so may render the quote unacceptable.2. The Government reserves the right to award any or all of the line items at the time of contract award.Line Items: Line Item #: 1, Base YearNovember, January, Feb, March and April-not to exceed 1 pickup per month $_________May-2 trips May 11 and May 26$_________June-9 trips June 1, 4, 8, 11, 15, 18, 22, 25, 29 $_________July-9 trips July 2, 6, 9, 13, 16, 20, 23, 27, 30$_________August-9 trips August 3, 6, 10, 13, 17, 20, 24, 27, 31$_________September-4 trips September 3, 10, 17, 24$_________ Total Cost: $ ___________ Line Item #: 2, Option Year 1October, November, January, Feb, March and April-NTE 1 pickup per month $_________May-2 trips May 11 and May 26$_________June-9 trips June 1, 4, 8, 11, 15, 18, 22, 25, 29 $_________July-9 trips July 2, 6, 9, 13, 16, 20, 23, 27, 30$_________August-9 trips August 3, 6, 10, 13, 17, 20, 24, 27, 31$_________September-4 trips September 3, 10, 17, 24$_________ Total Cost: $ ___________ Line Item #: 3, Option Year 2October, November, January, Feb, March and April-NTE 1 pickup per month $_________May-2 trips May 11 and May 26$_________June-9 trips June 1, 4, 8, 11, 15, 18, 22, 25, 29 $_________July-9 trips July 2, 6, 9, 13, 16, 20, 23, 27, 30$_________August-9 trips August 3, 6, 10, 13, 17, 20, 24, 27, 31$_________September-4 trips September 3, 10, 17, 24$_________ Total Cost: $ ___________ Line Item #: 4, Option Year 3October, November, January, Feb, March and April-NTE 1 pickup per month $_________May-2 trips May 11 and May 26$_________June-9 trips June 1, 4, 8, 11, 15, 18, 22, 25, 29 $_________July-9 trips July 2, 6, 9, 13, 16, 20, 23, 27, 30$_________August-9 trips August 3, 6, 10, 13, 17, 20, 24, 27, 31$_________September-4 trips September 3, 10, 17, 24$_________ Total Cost: $ ___________ Line Item #: 5, Option Year 4October, November, January, Feb, March and April-NTE 1 pickup per month $_________May-2 trips May 11 and May 26$_________June-9 trips June 1, 4, 8, 11, 15, 18, 22, 25, 29 $_________July-9 trips July 2, 6, 9, 13, 16, 20, 23, 27, 30$_________August-9 trips August 3, 6, 10, 13, 17, 20, 24, 27, 31$_________September-4 trips September 3, 10, 17, 24$_________ Total Cost: $ ___________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1390100001/listing.html)
- Place of Performance
- Address: Devils Tower National MonumentDevils Tower, WY 82714
- Zip Code: 82714
- Zip Code: 82714
- Record
- SN01989707-W 20091023/091021235318-170f058f08fcdde37ae818de0b442906 (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 |