SOLICITATION NOTICE
S -- Jadwin Building Waste/Trash/Recycling Removal Services
- Notice Date
- 3/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W9126G-13-T-0031
- Response Due
- 4/8/2013
- Archive Date
- 5/5/2013
- Point of Contact
- aldrich a. nichols, 409-766-3963
- E-Mail Address
-
USACE District, Galveston
(aldrich.a.nichols@usace.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers, Galveston District requires a contract to provide trash removal services. The work consists of providing trash/waste and recycling (solid waste) removal service including licensed operators and serviceable vehicles/equipment on Fort Point Reservation, 2000 Fort Point Road, Galveston, TX. The Contractor shall provide all personnel, labor, equipment, supplies, transportation (vehicles), training, tools, parts/materials, management/supervision and other items and non-personal services necessary to perform Waste/Trash/ and Recycling Removal Services as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. All work shall be performed in accordance with (IAW) industry and commercial practices, using commercial/industry standard equipment, materials, supplies and tools. Copies of all required licenses, certificates and Contracting permits shall be provided to the Contracting Officer (KO) prior to the start of the contract performance. The contractor's performance will be based on the Contract Officer's Representative (COR) and KO evaluation of the results required by the Performance Requirement Summary and not the frequency or method of performance. It is at the contractor's discretion to determine the levels of frequencies to attain the level of service at the best value. The Contractor shall comply with applicable federal, regional, state, local laws and commercial standards to include obtaining required licenses, certificates and permits. Services shall be performed in a manner that will ensure the health and general well being of building occupants and effectively waste/trash and recycling removal services. FOB is Destination. Inspection and acceptance is at destination. This announcement constitutes the solicitation; written quotations are being requested and written solicitation will not be issued. This is an unrestricted solicitation. The Government intends to award a firm fixed price purchase order as a result of this announcement with a base year and two additional option years. The estimated performance period is 1 May 2013 thru 30 April 2016 including exercised options. Offerors are reminded to include a completed copy of the provisions at 52.212-3. An Offeror shall complete only paragraphs (b) of 52.212-3, if the Offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (o) of this provision. Also included are Attachments 1. Bid Schedule, 2. Clauses, 3. Instructions to Offors, 4. Offeror Representations and Certifications, 5. Performance Work Statement and 6. Wage Rates. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items; Clause 52.212-1, Instructions to Offers - Commercial Items; Clause. The solicitation number for this announcement is W912HY-13-T-0031. EMAIL QUOTATIONS ARE ACCEPTABLE, signed and dated quotations are due by 8 April 2013, 1400 hrs. CT or 2:00 P.M. to aldrich.a.nichols@usace.army.mil, Attn: Aldrich Nichols. Any prospective Offeror interested in quoting this solicitation, the United States government is not responsible for providing you with notifications of any changes in this solicitation. Failure to obtain any information and to respond to them prior to the date and time set for receipt of the quote may render your proposal nonresponsive and result in rejection of the same.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-13-T-0031/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN03005287-W 20130308/130306234351-9d3f86362e607c9e80c14a4b5e272ab3 (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 |