SOURCES SOUGHT
S -- Sources Sought - Refuse Collection and Off-Post Disposal Services for Pinon Canyon Maneuver Site (PCMS), Fort Carson, Colorado
- Notice Date
- 6/1/2012
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-12-R-0030
- Response Due
- 6/15/2012
- Archive Date
- 8/14/2012
- Point of Contact
- Crystal Price, 719-526-5849
- E-Mail Address
-
MICC - Fort Carson
(crystal.l.price.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Mission and Installation Contracting Command - Installation Contracting Office - Fort Carson, Colorado, is conducting market research to find sources located in Colorado to provide refuse collection and off-post disposal services at Pinon Canyon Maneuver Site (PCMS). PCMS is a training site for Fort Carson located about 150 miles southeast of Colorado Springs, Colorado. The scope of the contract would include the following services: (This is an excerpt from the DRAFT performance work statement (PWS)). SCOPE OF WORK. The contractor shall provide all necessary management, supervision, personnel, materials, transportation, general and specialized tools and equipment required to accomplish the refuse collection and off-post disposal services at Pinon Canyon Maneuver Site (PCMS) as specified herein and in a manner that conforms to all federal, state, and local laws and regulations. Refuse services at PCMS vary according to Fort Carson training requirements and troop training usage. The Government reserves the right to inspect any and all required services under this contract, All refuse collected under this contract shall be disposed of at properly licensed facilities outside PCMS. There are no active landfills at PCMS. SAFETY. The Contractor shall conduct its operation in strict conformance with all Fort Carson Safety and traffic Regulations and U.S. Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1, and with all applicable provisions of the Occupational Safety and Health Act and regulations implementing it. The Contractor shall implement a suitable traffic and safety program for employees performing work under this contract. The safety program shall be formalized in writing and furnished to the KO for review and approval within seven business days after contract award. In the event of an accident involving personal injury or damage to property, the contractor shall submit a report to the KO and the COR, within two business days, with the following information: a. Time and date of occurrence b. Place of occurrence c. A list of personnel directly involved d. A narrative description of the accident that includes a chronological account of the accident and circumstances. OTHER REQUIREMENTS. The Contractor shall maintain records verifying all employees have completed a traffic safety training program to include a written outline of the training verified by the signatures of the instructor and the employee trained. The Contractor shall also maintain records of certification that each employee received at least one hour of quarterly refresher traffic safety training during the term of the contract. Refresher training records shall consist of a written summary of the training session content with a roster signed by the instructor and the employee(s) trained. Copies of training program records shall be submitted to the COR within five working days after completion of training. CONTRACTOR FURNISHED ITEMS. VEHICLES. The contractor shall provide and maintain a sufficient quantity of materials, labor, and equipment, to include collection vehicles, to provide the services required herein. CONDITION OF VEHICLES. All vehicles shall be in operable condition and meet local, state and federal safety requirements. Vehicles will be deemed unacceptable if any of the following or similar conditions exist: missing or badly damaged fenders, lights, windshields, bumpers or signal devices. Vehicles found to be unsafe or unable to function as designed shall be denied access or removed from PCMS. Vehicle repairs on post must be limited to those repairs of a minor nature, to include, flat tires, hose replacements or other minor repair that can be completed within one hour. CONTRACTOR'S EQUIPMENT. The contractor must furnish all front-loading refuse containers required by the schedule. The Contractor must place the containers in the locations specified on the schedule no later than 3 business days after award of the contract. All dumpsters must be rodent proof, equipped with animal proof lids (i.e. bear proof metal lids), and equipped with lockable latches. Each contractor furnished refuse container shall include the company name in sufficiently large lettering to ensure identification. In addition the containers must also be clearly marked to read "TRASH ONLY; NO WOOD, METAL, CONCRETE or FURNITURE". Contractor furnished-provided containers must be maintained in a clean, serviceable and presentable manner, and marked to show contractor ownership. OTHER REQUIREMENTS. CONTAINER REMOVAL. The Contractor shall, within three business days after contract expiration, remove from PCMS premises all contractor owned vehicles, equipment, tools, supplies, material or other items. The contractor agrees and acknowledges that, if it does not remove any or all of these items within the stated time, it has abandoned them. As a result, the Government may then deliver any such items to the Defense Reutilization and Marketing Office (DRMO) for disposal in accordance with Government regulations, without any further notice or approval from the contractor. CONTAINER RELOCATION. Dumpsters and roll-offs may need to be relocated by the Government to meet training needs. The Government will position the containers within the Cantonment area as needed. TASK SPECIFICATIONS. The contractor shall perform the required refuse removal services of this contract and in accordance with the terms of this Performance Work Statement (PWS). All refuse removed from the site shall be hauled in an enclosed truck (or in such a manner to prevent the material from blowing out) to a duly licensed landfill outside of PCMS. The disposal site and transportation of the refuse shall comply with all applicable federal, state, and local regulations. Refuse removal service for PCMS is directed on an "as needed" basis. Performance may be sporadic and irregular depending on training exercises and troop rotations. Service may be required on Saturdays, Sundays, and/or Federal Holidays. In addition, multiple container pickups in one day may also be required. The contractor shall provide and maintain recycle containers and service containers filled with recyclable products in the area of BLDG PC 300, main cantonment as required by the Government. The contractor shall deliver recyclable products to a local recycle vendor. Items that are recycled include cardboard, mixed plastics, and other materials deemed by the Government to be candidates for recycling. The contractor shall recycle at a minimum 1% of refuse weight collected at PCMS. The contractor shall maintain weight tickets of material and provide the weights with the monthly invoice. AREAS UNDER REPAIR/REMODELING. The Contractor will not be required to perform collection of debris at a construction work site. During a construction period, the Contractor will not perform nor be paid for services in the affected area. The Contractor may be required to relocate containers to areas outside of the construction site. HOURS OF OPERATION. PCMS normal business hours are 0630 through 1700, Monday through Friday, but may include Saturday, Sunday, and Federal Holidays (except New Years Day, Thanksgiving Day, and Christmas Day), if required for training exercises. The contractor shall provide service on these days when required. CONTAINERS. Container shall be completely emptied when service is performed. If the receptacle is contained in an enclosure, the enclosure shall be secured upon service completion. Contractor vehicles shall have unobstructed access to containers on collection days. Any right of way to container locations is sufficient to bear the weight of the contractor's equipment and vehicles reasonably required to perform the service. REGULAR SERVICE FREQUENCY AND RESPONSE TIME. All regular service shall occur during normal work hours as, unless otherwise agreed upon by the COR and contractor. The COR will contact the contractor by telephone or e-mail to direct refuse removal when the roll-off and/or a majority of the dumpsters are approximately 75% full. The COR shall indicate whether the service is for dumpsters and/or roll-off. When roll-off service is directed, an empty roll-off shall be furnished and delivered (to the designated area) by the contractor prior to removing the full roll-off. The contractor shall provide services within 24 hours of notification from the COR. ADVANCE NOTIFICATION AND RESPONSE TIME. The contractor shall provide refuse removal services in support of units conducting training at PCMS. The Government will give the contractor at least 5 business days notification prior to training exercises. During training exercises, when advance notification has been provided by the Government in accordance with C.5.4., the contractor shall provide services within 3 hours of notification from the COR. The contractor is not required to provide same-day service for notification after 1400, but shall perform services the following business day by 0700. Up to 4 roll-off containers may be needed simultaneously to support training exercises. The contractor shall furnish and deliver the roll-off containers within 24 hours and up to 30 miles upon notification from the COR. The Government will ensure that all training area roads are accessible before requiring the contractor to place refuse containers. CLEANING OF REFUSE AREA AND CONTAINERS. The contractor shall dispose of any debris that falls from the container/truck during collection prior to leaving the container area. The exterior of the receptacle must remain clean. Liquid refuse must not leak out of the container. Containers shall be clean, and shall be steam cleaned when a spill has occurred. Dining facility containers (building P340) will be steam-cleaned or pressure-washed after each refuse removal service. Cleanings shall be performed at the contractor's facility or other non-Government location, and conforming containers shall be provided to replace containers removed for cleaning. BULK PICK-UP SERVICE. The contractor shall collect and dispose of bulky items, to include furniture, when directed by the KO or COR. The purpose of this Sources Sought notice is for market research to determine the method of acquisition based on the availability and adequacy of potential sources prior to issuing the solicitation. The Government's determination on how to compete the proposed requirement will be made based on responses to this notice and is at the sole discretion of the Contracting Officer. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. This is NOT a Request for Quotes (RFQ). Responses to this notice should include: 1) A written narrative of contractors' capability to provide the services listed above in the volume required by the government. 2) Company size in relation to the applicable North American Industry Classification System code (NAICS) 562111, size standard $12.5 Million; 3) Commercial and Government Entity (CAGE) Code; 4) The socioeconomic status of the company, i.e., small business concern, 8(a) business, HUB Zone small business, small disadvantaged business, woman-owned small business, veteran owned small business, or Service disabled veteran owned small business; 5) Comments concerning the Draft performance work statement information listed above; and 6) Point of Contact information to include name, email address, and telephone number; 7) Past performance information for services performed that are similar in nature and in scope. Include dollar value of the contract and whether you performed work as a prime or sub-contractor; 8) Discuss the percentage of work, based upon the draft PWS that you would be able to performed with your own workforce. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests or requests for capability briefings will be honored as a result of this Sources Sought Notice. This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. All information received will be protected and safeguarded as Acquisition/Source Selection Sensitive in accordance with FAR Part 3.104, Procurement Integrity. Responses to this notice are limited to five pages, single sided, and shall be e-mailed to the Contract Specialist, Crystal Price at crystal.l.price.civ@mail.mil. All responses must be received no later than 4:00pm Mountain Standard Time on 15 June 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5d0de0bd81c00288563c8419f2f3c203)
- Place of Performance
- Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02763635-W 20120603/120601235239-5d0de0bd81c00288563c8419f2f3c203 (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 |