Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2011 FBO #3400
DOCUMENT

S -- Refuse Disposal Fort Logan National Cemetery Denver CO - Attachment

Notice Date
3/15/2011
 
Notice Type
Attachment
 
NAICS
562212 — Solid Waste Landfill
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25911RQ0156
 
Response Due
3/30/2011
 
Archive Date
5/29/2011
 
Point of Contact
Phil Ake
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. VA-259-11-RQ-0156 is hereby issued as a request for quotation (RFQ) for refuse and recycling disposal service at the Fort Logan National Cemetery in Denver Colorado. The RFQ # VA-259-11-RQ-0156 should be referenced in response to this request for quotation. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48. This requirement is being solicited on an unrestricted basis. The NAICS code is 562212. The small business size is $12.5M. This solicitation is for a base and four option periods. All offerors should submit their RFQs based on the following statement of work and price schedule: ***STATEMENT OF WORK (SOW) - REFUSE AND RECYCLING DISPOSAL*** This service contract is for the removal of general waste and construction waste generated by Ft. Logan National Cemetery, located at 4400 W. Kenyon Ave., Denver, Co 80236. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items or services necessary to perform Solid Waste Management as defined below. REQUIREMENT ONE - General Waste - One (1) 30 Yard Roll-Off Dumpster: The contractor shall provide one (1) thirty yard roll-off dumpster for the disposal of general waste. The contractor shall perform pick-up (empty dumpster) every other week (26 pick-ups per year). The dumpster shall be located near the cemetery maintenance building. The contractor shall contact Fort Logan personnel to ascertain the proper location for dumpster placement. REQUIREMENT TWO Recyclable Waste - One (1), two-yard Roll-Off Dumpster: The contractor shall provide one (1) two yard roll-off dumpster for the disposal of recyclable waste. The contractor shall perform pick up (empty dumpster) twice a week (104 pick- ups per year). The dumpster shall be located near the cemetery maintenance building. The contractor shall contact Fort Logan personnel to ascertain the proper location for dumpster placement. REQUIREMENT THREE - General Waste On-Call - One (1) 30 Yard Roll-Off Dumpster (On-Call). Upon notification of cemetery personnel, the contractor shall deliver, and pickup of one thirty yard roll-off dumpster on an as needed basis. The government estimates that this service will be required 10 times (10 jobs) during each performance period of 12 months. The Contracting Officer Technical Representative (COTR) will contact the contractor to request the delivery of the dumpster. The contractor shall deliver the dumpster within 24 hours of receiving the call from the government. Cemetery personnel shall determine dumpster placement upon delivery of the dumpster. The Contracting Officer Technical Representative (COTR) will contact the contractor to request the retrieval of the dumpster. The contractor shall retrieve the dumpster within 24 hours of receiving the call from the government. Upon receipt, the government shall hold the on-call dumpster no longer than five (5) business days. STANDARD OF ACCEPTANCE CLEANING REQUIREMENTS: Due to the special mission of the Fort Logan National Cemetery, the following are required to maintain the dignity of the facility: For REQUIREMENT ONE and REQUIREMENT TWO of this SOW, the contractor shall either; 1. thoroughly wash all refuse collection containers at the contractor's location on a weekly basis or 2. replace soiled dumpsters with clean dumpsters on a weekly basis. At no time shall the cemetery be left without a serviceable general waste or recyclable dumpster. A properly cleaned container shall be free of soiled objects, waste residue and unpleasant odor. The contractor shall provide a cleaning schedule to the Contracting Officer on the contract start date. All contractor vehicles shall present a clean appearance when performing services at the National Cemetery. The contractor shall not perform services on the following federal holidays: New Year's Day Dr. Martin Luther King Jr's Birthday, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day If normal pickup is scheduled for a federal holiday, the contractor shall arrange to perform service on a different day during that week. The contractor shall perform all services between the hours of 0830-1530 (8:30 a.m. and 3:30 p.m.). DISPOSAL: The contractor shall dispose of all waste/recyclables in accordance with existing local, state and federal regulations. The contractor shall be responsible for any permit or fees associated with the use of designated disposal location(s). The cost of disposal shall be borne by the contractor. REPORTS AND RECORDS: The contractor shall provide a report of refuse/construction/recyclable debris collected to the COTR no later than the tenth working day of the month. The report shall include the total disposal tonnage of refuse/construction/recyclable debris. INVOICES: The monthly invoice shall show the charge for each pickup for each item listed, to include a listing for any service charge, landfill charge and monthly poundage for the containers (as applicable). SECURITY: All drivers for the contractor shall be in their company's uniform (as applicable) and have their company's ID badge on when performing pickups of refuse and drop-off of roll-offs. *** END OF STATEMENT OF WORK*** CONTRACT PERIOD OF PERFORMANCE The scheduled period of performance of the resulting contract is as follows: BASE PERIOD: April 15 2011 through April 14, 2012, OPTION PERIOD 1: April 15 2012 through April 14, 2013, OPTION PERIOD 2: April 15 2013 through April 14, 2014, OPTION PERIOD 3: April 15 2014 through April 14, 2015, OPTION PERIOD 4: April 15 2015 through April 14, 2016. PRICING QUOTE SUBMISSION - There are a total of 15 line items - three line items for the base and each of the four option years. Please submit a separate quote on each line item with a summary price for the entire period (base/option etc) and then submit a grand total for the entire contract period of the base and four option periods: BASE PERIOD Line Item 1-REQUIREMENT ONE General Waste - One (1) 30 Yard Roll-Off Dumpster with 26 pickups per year. Line Item 2- REQUIREMENT TWO Recyclable Waste - One (1), two-yard Roll-Off Dumpster with 104 pickups per year Line Item 3- REQUIREMENT THREE General Waste On-Call - One (1) 30 Yard Roll-Off Dumpster (On-Call) Estimate based on up to ten services per year. The Government does not warrant that it will use this service 10 times per year. OPTION 1 Line Item 4 -REQUIREMENT ONE General Waste - One (1) 30 Yard Roll-Off Dumpster with 26 pickups per year. Line Item 5 - REQUIREMENT TWO Recyclable Waste - One (1), two-yard Roll-Off Dumpster with 104 pickups per year Line Item 6 - REQUIREMENT THREE General Waste On-Call - One (1) 30 Yard Roll-Off Dumpster (On-Call) Estimate based on up to ten services per year. The Government does not warrant that it will use this service 10 times per year. OPTION 2 Line Item 7 -REQUIREMENT ONE General Waste - One (1) 30 Yard Roll-Off Dumpster with 26 pickups per year. Line Item 8 - REQUIREMENT TWO Recyclable Waste - One (1), two-yard Roll-Off Dumpster with 104 pickups per year Line Item 9 - REQUIREMENT THREE General Waste On-Call - One (1) 30 Yard Roll-Off Dumpster (On-Call) Estimate based on up to ten services per year. The Government does not warrant that it will use this service 10 times per year. OPTION 3 Line Item 10 -REQUIREMENT ONE General Waste - One (1) 30 Yard Roll-Off Dumpster with 26 pickups per year. Line Item 11 - REQUIREMENT TWO Recyclable Waste - One (1), two-yard Roll-Off Dumpster with 104 pickups per year Line Item 12 - REQUIREMENT THREE General Waste On-Call - One (1) 30 Yard Roll-Off Dumpster (On-Call) Estimate based on up to ten services per year. The Government does not warrant that it will use this service 10 times per year. OPTION 4 Line Item 13 -REQUIREMENT ONE General Waste - One (1) 30 Yard Roll-Off Dumpster with 26 pickups per year. Line Item 14 - REQUIREMENT TWO Recyclable Waste - One (1), two-yard Roll-Off Dumpster with 104 pickups per year Line Item 15 - REQUIREMENT THREE General Waste On-Call - One (1) 30 Yard Roll-Off Dumpster (On-Call) Estimate based on up to ten services per year. The Government does not warrant that it will use this service 10 times per year. The following provisions shall be applicable to this solicitation: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008), 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999), VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008), 52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER (MAY 1999), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JAN 2011) The following clauses shall be applicable to this solicitation and the resulting contract: 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010), 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2011), 52.216-18 ORDERING (OCT 1995), 52.216-19 ORDER LIMITATIONS (OCT 1995), 52.216-22 INDEFINITE QUANTITY (OCT 1995), 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997), SUPPLEMENTAL INSURANCE REQUIREMENTS, 52.232-18 AVAILABILITY OF FUNDS (APR 1984), 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984), VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984), VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984), VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008), Wage determination 2005-2081 Revision 9 dated 06/15/2010 shall be applicable to this request for proposal INSTRUCTIONS TO OFFERORS FOR QUOTATION SUBMISSION The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received 1. The Department of Veteran Affairs requires that all contractors receiving federal contracts be registered in the Central Contractor Registration (CCR). CCR can be found at the following website: https://www.bpn.gov/ccr/default.aspx. Offerors shall be registered with CCR prior to contract award. 2. The contractor shall submit with its quotation representations and certifications as specified under FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (JAN 2011). The contractor may also complete this document at the Online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/login.aspx 3. The contractor shall submit a price quotation addressing the 15 line items outlined in the section above entitled PRICING QUOTE SUBMISSION. 4. The offeror shall submit the name and contact information of three references with which the offeror has performed commercial refuse and recycling disposal in the past three years. 4. The deadline for quotation submission is 30 March 2011 at 1500 Mountain Standard Time. Quotes may be mailed to the following address: Matt Ake, VISN 19 RMAC, 4100 East Mississippi Ave, Suite 900, Glendale CO 80246. Questions concerning this RFQ should be addressed to Matt Ake at phil.ake1@va.gov or 303.504.2685. Neither electronic (email) nor fax quotes shall be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25911RQ0156/listing.html)
 
Document(s)
Attachment
 
File Name: VA-259-11-RQ-0156 VA-259-11-RQ-0156_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=183530&FileName=VA-259-11-RQ-0156-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=183530&FileName=VA-259-11-RQ-0156-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02400685-W 20110317/110315234411-0a554bd6645f9d450d894c066d4fd8fc (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.