Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2011 FBO #3640
SPECIAL NOTICE

99 -- Trash Collection and Remova and Disposal

Notice Date
11/10/2011
 
Notice Type
Special Notice
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Archive Date
11/9/2012
 
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
Synopsis: Added: November 10, 2011 4:00 PMThis is a notice of intent to award a sole-source contract and is NOT a request for competitive proposals. The intent of this Special Notice is for informational purposes only. National Park Service (NPS), Intermountain Region (IMR), Black Canyon of the Gunnison National Park, South Rim, intends to solicit a quote and enter into a contract with Waste Management for a base year and four (4) 1- year option years, totaling 5 years, for trash collection and removal. The estimated value of the contract over a 5-year period of performance is not to exceed $35,000.00, if all options are exercised. The anticipated award date is December 1, 2011. The statutory authority for this sole source procurement is FAR 13.106-1 (b). The NAICS code for this action is 562111. This requirement will be procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures. NPS requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR), along with Online Representations and Certifications Application (ORCA). No award can be made unless the vendor is registered in CCR along with ORCA. For additional information and to register in CCR and ORCA, please access the following websites: http://www.ccr.govl CCR, registration can be accessed for ORCA at https://orca.bpn.gov/search/publicsearch. To be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice of intent is NOT a request for competitive proposals. However, the Government shall consider all responsible sources received within ten days of this posting. Written responses to this synopsis shall contain sufficient documentation to establish a bonafide capability to fulfill the requirement..If no written responses are received at least ten (10) days after the publication of this notice the purchase will be awarded without further notice. Please email Contract Specialist, Robin Anderson with responses or questions regarding this requirement at robin_anderson@nps.gov. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (Trash Pickup and Disposal, BLCA)(December 1, 2011 - September 30, 2012) 1. AGENCY AND CONTRACTING ACTIVITY:NATIONAL PARK SERVICEBLACK CANYON OF THE GUNNISON NATIONAL PARK 2. NATURE OF ACTION: Requesting approval to use other than full and open competition procedures to for: The collection and removal of trash from NPS-owned, wildlife-friendly dumpsters on the South Rim of the Black Canyon of the Gunnison National Park which is located approximately 14 miles northeast of Montrose, Colorado. Purchase Request # R1379120001 Action necessary for the accomplishment of Park Purpose/Goals and legislative mandates. Refer also to 36CFR2.14. 3. DESCRIPTION: The performance period shall be December 01, 2011 through September 30, 2012 for the base year of FY2012. An option to extend an additional year for up to four (4) years shall be included. The performance period each time the option is exercised shall be October 01 through September 30. Vendor services three (3) 6-yard, rear-loading, NPS-owned dumpsters and one (1) 4-yard rear-loading, NPS-owned dumpster which are maintained on site and in good working order and condition at all times. Pick-up schedules vary by time of the year proportionate with visitor use levels and dates shall be specified on the purchase request document. Estimated total value to include Base year and four Option years is $30,250.77. 4. AUTHORITY: 10 U.S.C. 2304(c)(1) as stated in FAR 6.302-1Only one responsible source, Waste Management, and no other vendor will satisfy agency requirements. 5. PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS (FAR 6.303-2(a)(5)): Equipment and resources allow vendor to provide prompt, efficient service as necessary to provide for visitor use, safety, and satisfaction. Management and performance goals are compatible with NPS in terms of "Environmental Performance" through lower rates of consumption, emissions reduction (utilizing waste to electric and fuel for trucks), environmental protection, i.e. active landfill mining to reclaim recyclables, and community enhancement. 6. DESCRIPTION OF EFFORTS TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS PRACTICABLE (FAR 6.303 2(a)(6)): This requirement could not be solicited to any other vendors as the requirement is for trash service contract. Name of BusinessPhoneTrash Company UsedChili's Grill & Bar Restaurant 970-249-7160Waste ManagementMcDonald's Restaurant970-249-3339Waste ManagementCity Market Grocery Store970-249-3405Waste ManagementRiver Landing Shopping Center970-249-1988Waste Management Stores in the River Landing Shopping Center serviced by Waste Management include (but are not limited to) JC Penney, Target, Petco, Sports Authority, and Natural Grocers. No other vendor was identified in the area utilization research for trash service. A notice of intent to award sole source will be publicized as required by FAR 5.207(a)(14). 7. ANTICIPATED COSTS TO THE GOVERNMENT/ FAIR AND REASONABLENESS (FAR 6.303-2(a)(7)): The complete purchase totals $30,250.77 from Waste Management. A separate determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. 8. MARKET RESEARCH (FAR 6.303-2(2)(8)): Extensive research was accomplished which no other feasible sources were found. Waste Management was found to be the exclusive source for the requirement. 9. OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION (FAR 6.303-2(a)(9)): Waste Management is the only available source for this requirement. Every business contacted during my acquisition of the research results in Item #6 above utilized Waste Management, and the businesses contacted represent a good cross-section of commercial business types such as restaurants, grocery stores, and retail department stores. 10. ACTION, IF ANY, BEING TAKEN TO REMOVE AND OVERCOME BARRIERS TO COMPETITION BEFORE ANY SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED (FAR 6.303-2(A)(11)): Additional market research and sources sought will be conducted if subsequent acquisitions for supplies or services are required. Additional market research was conducted via SBA website; 8(a), Hubzone, and Small Business searches were all preformed (see tab #A-5), along with posting to FBO. 11. TECHNICAL REQUIREMENTS PERSONNEL CERTIFICATION (FAR 6.303-2(b)): I hereby certify that this justification and approval for other than full and open competition is made in good faith, that the supporting data and information are accurate and complete to the best of my knowledge and belief, and that I would not be making this request if it were feasible to fully compete this requirement. I further certify that this request is not the result of lack of advanced planning or a desire to expend funds while those funds are still available. BLACK CANYON OF THE GUNNISON NATIONAL PARK PERFORMANCE WORK STATEMENT FOR TRASH COLLECTION AND REMOVAL 1. SCOPE OF WORKThe purpose of this contract is to provide equipment and services for a comprehensive, all inclusive, annual trash collection and removal program for NPS-owned dumpsters on site and in place at the South Rim of the Black Canyon of the Gunnison National Park. The Contractor shall furnish all necessary equipment and transportation, a monthly and yearly estimate with delivery costs, and hauling and disposal fees. 2.LOCATION AND DESCRIPTION OF THE INSTALLATIONBlack Canyon of the Gunnison National Park, South Rim, 10346 Highway 347, Montrose, Colorado 81401 is located 6 miles due east of Montrose, Colorado on State Highway 347. The access is inside the Park and is paved to each of the four (4) dumpsters more specifically described below. There is more than adequate space for accessing and emptying the dumpsters. 3.GOVERNMENT PROVIDED MATERIALThree (3) 6-yard, rear-loading, NPS-owned, wildlife-friendly dumpsters and one (1) 4-yard rear-loading, NPS-owned, wildlife-friendly dumpster in functional condition necessary to accomplish trash removal. Ingress/egress to each container within the Park. 4.COLLECTION (HAULING) "Base YearMonthly pick - up of: 12/01/2011- 3/31/2012, First Tuesday Bi - weekly pick - up of: 4/1/2012- 5/31/2012, Tuesday service day Semi-weekly pick - of: 6/1/2012- 8/31/2012, Tuesday and Friday service days Weekly pick - up of: 9/1/2012- 9/30/2012, Tuesday service day "Option Year (1)Bi - weekly pick - up of: 10/01/2012- 11/30/2012, Tuesday service day Monthly pick - up of: 12/01/2012- 3/31/2013, First Tuesday Bi - weekly pick - up of: 4/1/2013- 5/31/2013, Tuesday service day Semi-weekly pick- up of: 6/1/2013- 8/31/2013, Tuesday and Friday service days Weekly pick- up of: 9/1/2013- 9/30/2013, Tuesday service day "Option Year (2)Bi - weekly pick - up of: 10/01/2013- 11/30/2013, Tuesday service day Monthly pick - up of: 12/01/2013- 3/31/2014, First Tuesday Bi - weekly pick - up of: 4/1/2014- 5/31/2014, Tuesday service day Semi-weekly pick- up of: 6/1/2014- 8/31/2014, Tuesday and Friday service days Weekly pick- up of: 9/1/2014- 9/30/2014, Tuesday service day "Option Year (3)Bi - weekly pick - up of: 10/01/2014- 11/30/2014, Tuesday service day Monthly pick - up of: 12/01/2014- 3/31/2015, First Tuesday Bi - weekly pick - up of: 4/1/2015- 5/31/2015, Tuesday service day Semi-weekly pick- up of: 6/1/2015- 8/31/2015, Tuesday and Friday service days Weekly pick- up of: 9/1/2015- 9/30/2015, Tuesday service day "Option Year (4)Bi - weekly pick - up of: 10/01/2015- 11/30/2015, Tuesday service day Monthly pick - up of: 12/01/2015- 3/31/2016, First Tuesday Bi - weekly pick - up of: 4/1/2016- 5/31/2016, Tuesday service day Semi-weekly pick- up of: 6/1/2016- 8/31/2016, Tuesday and Friday service days Weekly pick- up of: 9/1/2016- 9/30/2016, Tuesday service day 5.HOURS OF OPERATIONAll hauling and moving of equipment shall be done between the hours of 6:00 a.m. and 4:30 p.m. Monday through Friday, if a safe, courteous and professional manner. 6.CIRCUMSTANCES TO BE REPORTEDThe Contractor will report to the Facility Manager any circumstances of needed repairs or unusual soiling of an area which may create unhealthy or hazardous conditions. The Contractor will report to the Facility Manager, law enforcement official, and/or fire department any instances of fire, accidents, vandalism, or suspicious persons. 7.CONTAINER PLACEMENT AND CONDITIONThe Contractor shall place and remove roll-off containers into and from space provided by the Park, ensuring placement allows good working condition. The contractor, at no expense to the park, will repair any damage to the enclosure caused during servicing of the containers, ordinary wear and tear excepted. 8.CONTRACTOR EQUIPMENTAll of the Contractor's equipment shall be equipped with the proper safety and noise limiting devices and will be in a safe operating condition. All vehicles shall meet applicable federal, state, and county regulations and laws. All equipment shall be kept clean and present a good appearance. The contractor is subject to random inspections of all equipment brought into the park to ensure cleanliness and that non-invasive species, i.e. seeds are not being transported into park boundaries. 9.COMPLETE REMOVAL OF DEBRISThe Contractor will be responsible for picking up any/all trash that is on the ground in the area of the dumpsters. Adequate measures shall be taken to prevent spillage of refuse during pick-up operation. All refuse spilled during this operation shall be cleaned up prior to leaving the site. Each refuse container will be completely emptied of its contents each time the container is scheduled for pick-up. 10.LAWFUL DISPOSALAll trash and recyclables will be disposed of according to all applicable local, state, and federal laws. The Contractor shall obey all Park rules and regulations while working within the Park boundaries and shall maintain a positive working relationship with NPS employees and the COR. 11.PERIOD OF PERFORMANCEThe anticipated period of performance for the resultant contract is a base year beginning December 1, 2011 through September 30, 2012. In addition to the base year, four (4) subsequent option years are possible. Option years shall begin on October 1 through September 30 for each year. Exercising of these option periods will be at the discretion of the NPS. 12.INVOICINGThe Contractor will invoice the NPS via monthly statements. Invoice details needed via the statement are the basic monthly service amount, number of tonnage collected with the extended total (including certified scale receipts), and the total amount of the invoice. 13.TECHNICAL DIRECTIONTechnical direction must be within the scope of work stated in the Contract. The COR does not have the authority to, and may not, issue any technical direction which:a) Constitutes an assignment of additional work outside the Performance Work Statement;b)Causes an increase or decrease in the total price or the time required for contract performance;c)Changes any of the expressed terms, conditions, or specifications of the Contract; ord)Interferes with the Contractor's right to perform the terms and conditions of the Contract. 14.REGULATIONSAll persons employed under this Contract shall be subject to all applicable federal, state, and county regulations and laws. It shall be the Contractor's responsibility to inform his/her employees of such regulations and laws, and to insure their compliance. 15.SAFETY AND SAFETY EQUIPMENTThe Contractor shall be in compliance with Park, OSHA, EPA and Department of Transportation policies. The transport vehicles are required to be covered upon removal and transport. All Contractor personnel shall use safety equipment appropriate to the Contract work being performed. Safety equipment must conform to OSHA Safety and Health Standards. 16.ACCIDENT REPORTINGThe Contractor shall immediately notify Law Enforcement and the Contracting Officer's Representative of any and all accidents to which the Contractor's employees are a party or witness; of any and all accidents involving his/her employees or equipment working under this Contract. 17.LOST AND FOUND PROPERTYThe Contract shall ensure that all articles found by the Contractor's employees are turned in to the Contracting Officer's Representative for recording and proper disposition. Items should be turned in within one working day of the time they are found. 18.PUBLIC CONTACTThe Contractor and all his/her employees and subcontractors shall treat all members of the visiting public with respect and courtesy. 19.PRESERVATION OF STRUCTURES AND NATURAL FEATURESThe Contractor shall confine his/her activities to the specific areas to be worked. Damage to or destruction of any structure or natural feature by the Contractor shall require repair or replacement, as the Contracting Officer may direct, at the Contractor's expense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/013053ab95193084f9682df44955e621)
 
Record
SN02621475-W 20111112/111110234005-013053ab95193084f9682df44955e621 (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.