SOLICITATION NOTICE
S -- Debris Removal, Haul & Disposal Service--Fire Island, Suffolk County, New York - SCOPE OF WORK
- Notice Date
- 12/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DS-13-R-0005
- Point of Contact
- Christina Sale, Phone: 443-280-7408
- E-Mail Address
-
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SCOPE OF WORK--FIRE ISLAND This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Solicitation No. W912DS-13-R-0005 is being issued as a Request For Proposal (RFP) with the intent to award as commercial acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-62. This procurement is 100% small business disaster area set-aside restricted to any small business in Suffolk County, New York included in the FEMA Major Disaster Declaration No. 4085-DR-NY. Proposals will NOT be accepted from firms in other counties or states. The NAICS Code for this procurement is 562111 (SIC 4952) with a size standard of $12.5M. The U.S. Army Corps of Engineers (USACE) New York District has a requirement for Debris Removal, Haul & Disposal Service from public right-of way and private property on Fire Island, Suffolk County, New York. This procurement may be quoted as follows: Line Item 0001 Supplies/Services: Removal from Public Right of Way and Private Property, and Disposal of Construction & Demolition (C&D) Debris (including white goods and e-waste). Estimated Quantity: 9,650, Unit: Ton (2000 lbs), Unit Price: tiny_mce_marker______, Total Price Line Item 0001: tiny_mce_marker________. Line Item 0002 Supplies/Services: Removal from Temporary Debris Storage & Reduction Sites (TDSR) and Disposal of Construction & Demolition (C&D) Debris (including white goods and e-waste). Estimated Quantity: 1,075, Unit: Ton (2000 lbs), Unit Price: tiny_mce_marker______, Total Price Line Item 0002: tiny_mce_marker________. Line Item 0003 Supplies/Services: Removal and Disposal of Vegetative Debris, to include Chipping/Grinding, from Public and Private Rights of Way. Estimated Quantity: 1,980, Unit: Cubic Yard (CY), Unit Price: tiny_mce_marker______, Total Price Line Item 0003: tiny_mce_marker________. Line Item 0004 Supplies/Services: Removal of Eligible Sand from Public and Private Rights of Way, sifting and staging. Estimated Quantity: 5,700, Unit: Cubic Yard (CY), Unit Price: tiny_mce_marker______, Total Price Line Item 0004: tiny_mce_marker________. Total price shall be inclusive of all fees required to perform these services (i.e. tipping, landfill, permits, mobilization and de-mobilization). SCA Wage Determination No. 1995-0221 rev 29 dated 6/22/2012 is effective for this contract. Copies may be obtained at www.wdol.gov ALL WORK SHALL BE COMPLETED BY March 31, 2013. Debris quantities are ESTIMATES AND ARE NOT GUARANTEED. Total price is a Not to Exceed (NTE) amount and may not be exceeded without a modification to the contract. Contractor shall be paid for actual amounts of debris hauled as shown on weight tickets produced at the scales at disposal sites., actual chipped quantities of vegetation in cubic yards (CY), and quantities of sifted sand in cubic yards (CY). PLEASE SEE THE COMPLETE STATEMENT OF WORK PROVIDED AS AN ATTACHED FILE. GENERAL 1. The contractor shall provide labor, material and equipment required to perform debris removal operations as described in the Scope of Work (attached) which includes, but is not limited to segregation, removal, hauling, disposal, on public or private property, and a four part paper load ticket or automated debris management (ADMS) tracking system as described in Section J of the Scope of Work. The purpose of this synopsis (and the Statement of Work (file attached) is to define the requirements for haul and disposal of storm related debris following the 2012 hurricane event. Award will be a fixed price, commercial contract for the 17 Towns, Villages and/or Hamlets, that will be covered on debris removal including, but not limited to: Islip, Brookhaven, Ocean Beach, Saltaire and the Hamlets of Fire Island, Suffolk County, New York, as defined in the Statement of Work. The Government intends to make a single award for all work required by this Solicitation. EVALUATION AND SELECTION PROCEDURES. FAR Clause 52.212-1 Instruction to Offerors-Commercial Items (JUN 2008) applies to this acquisition. All proposals submitted will be evaluated for technical capability. The Government will issue a contract to the offeror whose offer is the lowest priced of those determined to meet at least the minimum requirements for capability to perform. Capability to Perform is defined as meeting the minimum requirements Operations, Company Experience and Past Performance listed below. The Government intends to award a single fixed price contract as a result of this Solicitation, and intends to award without discussions. The Government reserves the right to hold discussions if it deems them necessary. Significant factors that will affect contract award are listed below: a. Management/Operations - The Contractor shall provide sufficient documentation of experienced management (especially the qualifications of the Operations Manager), sufficient number of personnel and equipment to demonstrate that they have the capability to perform the required work in the time required. b. Company Experience - In order to be determined to be technically acceptable, the offeror must demonstrate that it possess a minimum of 3 years experience on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. c. Past Performance - In order to be determined to be acceptable, the offeror must demonstrate that its firm has had acceptable performance on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The lack of past performance information will not be evaluated favorably or unfavorably for this factor provided the prospective offeror certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. Prospective offerors must include with their proposal all information required by the Evaluation and Selection Procedures above, the Disaster or Emergency Area Representation required by FAR 52.226-3 (clause set out in full text below), and completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil or http://www.acq.osd.mil/dpap/dars/dfarpgi/current/index.html. FAR 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Technical ii. Past Performance iii. Price Technical and past performance, when combined, are relatively equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement statues or Executive Orders-Commercial Items and the following clauses cited within that clause: FAR 52.219-6 Notice of Total Small Business Set-aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.226-4 Notice of Disaster or Emergency Area Set-Aside; FAR 52-226-5 Restrictions on Subcontracting Outside Disaster of Emergency Area; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Clauses are also applicable to this acquisition: FAR 52.215-5 Facsimile Proposals; DFARS 252.204-7004 Alternate A Central Contractor Registration; DFARS 252.209-7001; Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments;. The following clause is provided in full text and is applicable to this acquisition. Note: Prospective offerors must check the appropriate block in the clause 52.226-3(b) Representations. 52.226-3 DISASTER OR EMERGENCY AREA REPRESENTATION (NOV 2007) (a) Set-aside area. The area covered in this contract is: SUFFOLK COUNTY, NEW YORK (b) Representations. The offeror represents that it ( ) does ( ) does not reside or primarily do business in the set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months-- (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include-- (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. (End of provision) A pre-bid site visit is scheduled for January 4, 2013 at 0900 hrs. The visit shall be by chartered water taxi and space is limited to two personnel per prospective contractor. The visit shall include a maximum of thirty (30) minutes in each of the following towns/villages/hamlets; Kismet, Saltaire, Fair Harbor, Dunewood, Atlantique, Ocean Beach, Seaview, Ocean Bay Park, Point O' Woods, Cherry Grove, Fire Island Pines, Water Island and Davis Park. All interested parties must reply no later than 1200 hrs on Jauary 2, 2013 so that arrangements may be made. Meeting location shall be 99 Maple Ave., Bay Shore, NY 11706. Space is limited to only those making prior arrangements with the government no later than January 2, 2013. Contact info for the site visit is as follows: email christina.sale@usace.army.mil with the names of the individuals attending. If you are not registered in Systems for Award Management (SAM), an award may be made to your company; however, you will be required to register as soon as possible following award, and registration expedites payment. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals are due Tuesday, January 15, 2012, not later than 1:00 p.m. at the U.S. ARMY CORPS OF ENGINEERS, New York District; Recovery Field Office, 14-34 110th Street, Queens, NY 11356 ATTN: Christina Sale, Contract Specialist. Failure to submit sufficient information for the Government to evaluate an offerors technical capability may cause that offer to be determined non-responsive and rejected. REQUESTS FOR INFORMATION AND QUESTIONS REGARDING THIS SOLICITAITON MUST BE IN WRITING AND SHALL BE EMAILED TO christina.sale@usace.army.mil. PLEASE ENSURE YOUR EMAIL IS MARKED RFI FOR SOLICITATION W912DS-13-R-0005. PLEASE SEE THE COMPLETE STATEMENT OF WORK PROVIDED AS AN ATTACHED FILE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DS-13-R-0005/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, New York District, Recovery Field Office, 14-34 110th Street, Queens, New York, 11356, United States
- Zip Code: 11356
- Zip Code: 11356
- Record
- SN02956959-W 20121231/121229233028-41e9f1f96ff0a91a9bb6ddf01867a49d (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 |