SOLICITATION NOTICE
S -- Recycling Services, Yellowstone National Park.
- Notice Date
- 5/7/2010
- Notice Type
- Presolicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- N1574100046
- Response Due
- 5/28/2010
- Archive Date
- 5/7/2011
- Point of Contact
- Andy H. Fox Constracting Officer 3073442149 andy_fox@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
- N/A
- Description
- Recycling ServicesYellowstone National Park05/08/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Proposal #N1574100046. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format stated in Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 562111; Small business size standard: $12.5 Million. This solicitation is subject to the Small Business Competitiveness Demonstration Program and is subject to full and open competition. All responsible business concerns may submit a proposal which shall be considered by the National Park Service (NPS). The anticipated award date is approximately the middle of June, 2010. Address questions regarding this solicitation to Andy Fox at andy_fox@nps.gov or 307-344-2149. 2) SCOPE OF WORK: Yellowstone National Park requires the following requirements for this acquisition: All responsible sources may submit an offer which shall be considered by the agency. IntroductionYellowstone National Park (YNP) has a very mature recycling program that continues to grow and expand every year. The program services over three million visitors annually, as well as over 5000 employees during the peak summer season. The park currently collects glass, aluminum/steel, cardboard, paper, as well as specialty items; such as one pound propane cylinders and bear spray canisters. In 2009, the park generated over 4,000 tons of waste-80% of which was diverted from the landfill. This was accomplished through recycling, composting and various waste stream diversion initiatives. The program is very challenging, due to the fact that the park encompasses over 3,400 square miles with elevations over 11,000 feet, and experiences severe climate and frequent road closures. Additionally, Yellowstone is home to over 600 grizzly bears, 400 black bears, and 100 wolves that all must be managed by natural regulation. This means that aggressive measures to minimize wildlife habituation near recycling collection points must be strictly enforced. Scope of workThis request for proposal encompasses all activities/equipment associated with the collection and transport of commodities from within the boundaries of YNP. Those commodities include:"Paper-all types, magazines, office pack, newspapers, slicks, phone books, etc"Cardboard-Both corrugated and non-corrugated types"Plastics-#1 through #7, bubble wrap, shrink wrap, grocery sacks, etc"Aluminum/steel-All types"Glass-All types and colors"One pound propane cylinders"Bear Spray canistersYellowstone National Park has a very seasonal operation that requires the contractor to be flexible and adaptive to weather/climate factors and visitation fluctuations. During the period from May 1st through Nov. 1st, the contractor will be responsible for the collection and transport of all commodities from all areas of the park (see attachment #1). During the period from Nov. 1st through April 31st, the contractor will be responsible for the Mammoth Hot Springs and Tower Junction areas only. These dates may vary slightly and the National Park Service (NPS) determines exact fall/spring dates accordingly. The park currently has 98 collection bins that must be utilized by the contractor for the recycling program. The bins are fabricated with heavy gauge metal to be "bear proof" and the design allows for a crane to elevate the bins to be emptied into a larger storage container through a cable system that allows for the bottom of the bin to be released for empting. The current inventory of bins is as follows:"52- 2 yard bins"44- 4 yard bins"2- 8 yard binsThis proposal includes the establishment of four major collection points within the park:"Mammoth Hot Springs-minimum of 40 yard bin capacity for the storage of commodities"Canyon Village-same storage requirements"Lake Village-same storage requirements"Old Faithful-same storage requirements The contractor is responsible for the painting of all bins in accordance with YNP standards and for supplying all standardized signage for all bins. This signing shall be reviewed by park personnel for approval, including the international symbol for recycling. All new bins will be fabricated to be bear proof and be maintained by the contractor. The following are the proposed locations for the placement of recycling bins. Please request attachment #2 from the Contracting Officer for a summary of types/quantities of commodities collected. "Mammoth Hot Springs-year round service with multiple sites within the area"Tower Junction- year round service"Canyon Village-seasonal service with two sites (major campground)"Lake Village-seasonal service with multiple sites (Fishing Bridge, Lake, Bridge Bay Marina, Bridge Bay campground)"Grant Village-seasonal service with two sites (major campground)"*East Entrance-seasonal service "*South Entrance-seasonal service"Old Faithful-seasonal service with multiple sites"Madison Junction-seasonal service with two sites (major campground)"Norris Junction-seasonal service with multiple sites (campground)"West Entrance-seasonal service"*Northeast Entrance-year round service (includes Lamar Valley Buffalo Ranch)*Indicates a new location not currently serviced The contractor will work closely with park personnel to ensure collection points are maintained and kept clean. The contractor must respond within 24 hours of being notified of over-flowing bins, broken equipment, etc. The NPS will retain ownership of all 98 bins currently in place and the contractor shall provide all additional collection bins and provide signage for all bins within the park. The park shall pay a leasing fee for all collection bins required beyond the 98 bins currently in place. The contractor will assume ownership of all commodities once they leave park boundaries. The following is a summary of commodities collected in 2009: Aluminum/steel-14.1 tonsCardboard-269.5 tonsGlass-177.8 tonsPaper (all types)-86.4Plastics-41.2Propane cylinders- 15,000 one pound cylinders (transport only) Term of the Contract: From October 1, 2010 through September 30, 2015, 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated March 23, 2010. Provisions and clauses noted below may be accessed at http://acquisition.gov/far. 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. Offerors shall submit three references with their offer. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications). 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: 52.203-6 Alt I, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.225-1, 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 following wage determination is applicable to this acquisition: 2005-2587, Revision 07 dated 10/15/2009. The contractor shall download a copy of the wage determination from the following website: http://www.wdol.gov/sca.aspx#0. Enter the following information after the appropriate blanks: Wyoming; Park or Teton counties; Were these services previously performed at this locality under an SCA-Covered contract: no; Are the contract services to be performed listed below as Non-Standard Services: no. Offerors may also obtain a copy of the wage determination by sending a written request to andy_fox@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 52.228-5, Insurance-Work on a Government Installation, applies to this acquisition 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 30, 2011. 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 30, 2011, 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. 4) PROPOSAL: Solicitation: N1574100046, Recycling Services for Yellowstone National ParkProposals Due: 2:00 pm Mountain Time, Friday, May 28, 2010Submit to: Andy Fox at andy_fox@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 "N1574100046" in the quick search block, (c) Offeror information noted below, (d) complete price schedule noted below, and (e) information which demonstrates the offeror's qualifications relative to the non-price factors noted in clause 52.212-2 above, which shall include 3 references for which you have done similar work for in the past 3 years. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, Winter Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 11/01/2010 through 04/30/ 2011,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________; Line Item #: 2, Summer Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 10/01/2010 through 10/31/2010 plus 05/01/2011 through 09/30/2011,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________ ; Line Item #: 3, Placement and Rental of 4 (four) 34-cubic yard, compartmentalized dumpsters for recyclable material to be placed at Mammoth Hot Springs, Lake Village, Canyon Village and the Old Faithful developed area. Quantity: 12 months, to cover from 10/01/2010 through 09/30/2011.Unit Price (1 month): $_______________, Extended Price (12 months): $_______________; TOTAL FOR BASE YEAR: $_______________________ Option Proposal Line Items: Line Item #: 4, Winter Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 11/01/2011 through 04/30/ 2012,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________; Line Item #: 5, Summer Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 10/01/2011 through 10/31/2011 plus 05/01/2012 through 09/30/2012,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________ ; Line Item #: 6, Placement and Rental of 4 (four) 34-cubic yard, compartmentalized dumpsters for recyclable material to be placed at Mammoth Hot Springs, Lake Village, Canyon Village and the Old Faithful developed area. Quantity: 12 months, to cover from 10/01/2011 through 09/30/2012.Unit Price (1 month): $_______________, Extended Price (12 months): $_______________; TOTAL FOR OPTION YEAR ONE: $_______________________ Line Item #: 7, Winter Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 11/01/2012 through 04/30/ 2013,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________; Line Item #: 8, Summer Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 10/01/2012 through 10/31/2012 plus 05/01/2013 through 09/30/2013,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________ ; Line Item #: 9, Placement and Rental of 4 (four) 34-cubic yard, compartmentalized dumpsters for recyclable material to be placed at Mammoth Hot Springs, Lake Village, Canyon Village and the Old Faithful developed area. Quantity: 12 months, to cover from 10/01/2012 through 09/30/2013.Unit Price (1 month): $_______________, Extended Price (12 months): $_______________; TOTAL FOR OPTION YEAR TWO: $_______________________ Line Item #: 10, Winter Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 11/01/2013 through 04/30/ 2014,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________; Line Item #: 11, Summer Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 10/01/2013 through 10/31/2013 plus 05/01/2014 through 09/30/2014,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________ ; Line Item #: 12, Placement and Rental of 4 (four) 34-cubic yard, compartmentalized dumpsters for recyclable material to be placed at Mammoth Hot Springs, Lake Village, Canyon Village and the Old Faithful developed area. Quantity: 12 months, to cover from 10/01/2013 through 09/30/2014.Unit Price (1 month): $_______________, Extended Price (12 months): $_______________; TOTAL FOR OPTION YEAR THREE: $_______________________ Line Item #: 13, Winter Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 11/01/2014 through 04/30/ 2015,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________; Line Item #: 14, Summer Season Recycling Collection Services and Removal, Quantity: 6 months,Per the Statement of Work during the period of 10/01/2014 through 10/31/2014 plus 05/01/2015 through 09/30/2015,Unit Price (1 month): $_______________, Extended Price (6 months): $_______________ ; Line Item #: 15, Placement and Rental of 4 (four) 34-cubic yard, compartmentalized dumpsters for recyclable material to be placed at Mammoth Hot Springs, Lake Village, Canyon Village and the Old Faithful developed area. Quantity: 12 months, to cover from 10/01/2014 through 09/30/2015.Unit Price (1 month): $_______________, Extended Price (12 months): $_______________; TOTAL FOR OPTION YEAR FOUR: $_______________________ GRAND TOTAL FOR BASE AND ALL OPTION PERIODS: $______________________________ General Notes1. Offerors shall submit a price for all line items; failure to do so may render the offer unacceptable.2. On lump-sum line items, provide total price only.3. If no item exists for a portion of the work, include the price in a related line item.4. In case of error in extension of prices, unit price governs.5. In case of error in summation, the total of the corrected amounts govern.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574100046/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY.
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02143261-W 20100509/100507234300-7515fba4a5fbccb01c7ca030ec7d1a09 (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 |