SOURCES SOUGHT
S -- Solid Waste Management, Collection and Disposal Services for Fort Polk, LA
- Notice Date
- 11/18/2014
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- MICC - Fort Polk, Directorate of Contracting, PO Drawer 3918, Fort Polk, LA 71459-5000
- ZIP Code
- 71459-5000
- Solicitation Number
- 18NOV-SOLIDWASTE
- Response Due
- 11/21/2014
- Archive Date
- 1/17/2015
- Point of Contact
- Tamera S. Butler, 337-531-2241
- E-Mail Address
-
MICC - Fort Polk
(tamera.butler@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FOR INFORMATION PURPOSES ONLY SOURCES SOUGHT ANNOUNCEMENT: SOLID WASTE MANAGEMENT, COLLECTION AND DISPOSAL SERVICES at FORT POLK, LA THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR IS IT THE INTENT OF THE MISSION & INSTALLATION CONTRACTING COMMAND (MICC), FORT POLK, LOUISIANA TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION (RFI) OR OTHERWISE PAY FOR THE INFORMATION SOUGHT. 1. INFORMATION: MICC, Fort Polk, LA is seeking preliminary marketing information, from capable and reliable sources to gain knowledge of potential qualified business sources capable of performing Solid Waste Management, Collection and Disposal Services at Fort Polk, LA. The potential qualified source would need to be able to mobilize everything to begin performance of the services on 01 January 2015. The North American Industry Classification System (NAICS) classified for this effort is 562111, Solid Waste Management, with a current business size of $35.5M. 2. PROJECT SCOPE: The Contractor shall provide all materials, facilities, personnel, equipment, management, supervision and all other items and services (except those Government-furnished items) necessary to perform the solid waste management function at North and South Fort Polk, Peason Ridge Cantonment Area and Military Maneuver Areas at the Joint Readiness Training Center (JRTC) and Fort Polk, Fort Polk, LA, in accordance with the Performance Work Statement (PWS). C.5 SPECIFIC TASKS: This paragraph addresses specific tasks, standards and performance periods that are required for the performance of this contract. C.5.1 SOLID WASTE MANAGEMENT PROGRAM: The Contractor shall develop and execute an Installation-wide comprehensive solid waste management program to collect and dispose of solid waste generated on the Installation that will satisfy all requirements of this contract. The program shall provide for fluctuation in workload and be responsive to Installation needs resulting from training scenarios, seasonal demands, and post beautification activities conducted twice annually. The Contractor shall, per execution of this contract, provide the necessary personnel, equipment and transport vehicles to support, within 4 hours, any response to a call for trash pick-up, CSWCP sorting, and off-site trash disposal. The Contractor shall ensure all activities and uses of areas are in full compliance with Federal, State, and Local laws, regulations, and related statutes and ordinances. Any damages assessed against the Department of Defense, Department of the Army, Fort Polk, LA, or its agents, officers, or employees due to failure of the Contractor to comply with environmental laws, regulations, or programs, that relate to or may arise under, performance of this contract may be deducted or off-set by the Government from any monies due the Contractor. The Government intends for the Contractor to identify problem areas and provide ways to improve the solid waste program, develop alternatives, and initiate action to implement improvements without direction from the Government. The requirement contained in the following sub paragraphs C.5.1.1 through C.5.1.12 shall apply to all activities required by paragraphs C.5.2, C.5.3, and C.5.4. C.5.1.1 PUBLICITY PROGRAM: The Contractor shall develop and implement a publicity program to inform Installation tenants of the solid waste program. The program shall be structured to generate interest in and awareness of the Contractor's efforts to provide environmentally friendly solid waste collection/disposal. As a minimum, during the first week of each calendar quarter, the Contractor shall prepare an article for publication in the quote mark Guardian. quote mark This article shall contain, in addition to information the Contractor desires to disseminate, statistics about the solid waste/recovery/recycling program. The article shall be submitted to the Contracting Officer for approval prior to publication. A point of contact and phone number that Installation tenants may call for information and questions shall be published. C.5.1.2 VEHICLE/EQUIPMENT CLEANING/MAINTENANCE AND REPAIR: The Contractor shall thoroughly wash the interior and exterior of vehicles used to transport putrescible solid waste as often as required to ensure that odors generated by putrescible matter are minimized. The Contractor shall maintain this equipment in good condition and cleaned at least once a week to preclude offensive odors and prevent the propagation or attraction of vectors. Maintenance and repairs of Contractor vehicles and mobile equipment is prohibited on the Installation. Prohibited activities include, but are not limited to, any routine or scheduled maintenance (oil changes, etc.), welding, and any painting of vehicles/equipment or containers. Exceptions require COR approval on a case-by-case basis. C.5.1.3 COLLECTION CONTAINERS: Except where otherwise specified, the Contractor shall determine the type, size, and quantity of collection containers to provide, and locations where containers are to be placed. The Contractor shall re-paint or spot-paint containers as necessary to preclude unsightly appearance. The Contractor has primary responsibility for identifying unserviceable containers. The Contractor shall identify containers requiring repair or replacement and accomplish the work without direction from the Government; however, in those instances when the Government identifies defective containers, the Contractor shall repair or replace the container within ten (10) days of notification by the Contracting Officer. C.5.1.3.1 Container Maintenance/Cleaning: The Contractor shall maintain containers in a clean condition to preclude emission of offensive odors and to retard harborage, feeding and breeding of vectors and insects. The Contractor shall identify all containers requiring cleaning, schedule cleaning, and perform cleaning except for containers provided at food service establishments, which shall be cleaned once a week as a minimum. Food service establishments currently include permanent dining facilities located at Buildings 285 (BJACH), 352 (Warrior Club), 840 (PX Snackbar), 1162, 1632, 2382 (Troop Dining Facilities), 3224 (Burger King) and 1975 (Hickory Smoke House); North Fort temporary/standby dining facilities (opened in support of rotations, maneuvers and mobilizations) located at Buildings 8009, 8047, 8080, 8239, 8248, 8401, 8403, 8538, 7139, 7179, 7180 and 8051. This list may increase or decrease during the period of performance under this contract. The Contractor shall prepare a schedule for cleaning these containers for the following month and submit to the Contracting Officer not later than the 20th day of each month. The Contractor may accomplish the cleaning of these containers on-site or may transport the containers to the Government-furnished wash rack for cleaning. When cleaning is accomplished on-site, the Contractor shall collect and dispose of the contaminated water at the 8300 Block wash rack. The Contractor shall ensure no collection location is without a container for more than one and one-half hours. The Contractor shall ensure all doors, hinges, lids, and accessories are present and operational. C.5.1.4 SOLID WASTE COLLECTION OPERATIONS: The Contractor shall ensure that solid wastes collected at Fort Polk are not commingled with solid wastes originating from other sources. The Contractor shall ensure that containers on post provided for other Contractors or other customers not included under this contract are not emptied into trucks containing solid wastes collected under this contract. All Contractor collection vehicles shall be empty prior to any collection of Fort Polk solid waste covered by this contract. Solid wastes collected on the Installation shall be transported directly to the final disposal site without passing through an off post transfer facility. The Contractor shall collect solid wastes or materials that have been separated for the purpose of recycling in a safe, efficient manner. The Contractor shall protect private and public property from damages during his collection activities and create no undue disturbance of the peace. The Contractor shall implement procedures to minimize introduction of mud and dirt on to paved roads throughout the Installation by his operations. If mud and dirt is inadvertently introduced, the Contractor shall take action as necessary to remove it within four (4) hours of notification. C.5.1.5 SOLID WASTE TRANSPORTATION: The Contractor shall cover containers and vehicles bodies used to collect or transport solid waste at all times, except during loading and unloading, in a manner that prevents rain from reaching waste, inhibits access by rodents and insects, prevents waste from falling or blowing from the vehicle, minimizes escape of odors, and does not create a nuisance. C.5.1.6 SOLID WASTE DISPOSAL: The Contractor shall transport directly to, and dispose of all Installation solid wastes (excluding materials segregated as recoverable/recyclable materials) at a landfill operating in accordance with all applicable Federal, State and Local laws, rules, regulations, and related statutes and ordinances. Except for marketable recyclables, the Contractor shall take all solid wastes collected on the Installation to an off-post permitted solid waste processing facility, or solid waste disposal area, no later than the third day from the day it was collected. C.5.1.6.1 Weight Certificates: C.5.1.6.1.1 Landfill: Contractor shall weigh all materials and obtain weight certifications at the disposal facility (landfill). Weight Certificates shall include the name/address of the disposal facility, Contractor (Customer) name, vehicle identification number, date, time and weights (gross, tare, and net). The Contractor shall not dispose of solid wastes at a facility without scales where weight certification cannot be obtained. C.5.1.6.1.2 Recoverable/recyclable items: Recoverable/recyclable items shall be weighed at the CSWCP at the time of removal from the site. Weight Certificates shall include the Contractor's name, date, time and weights (gross, tare, and net), customer information (printed name and signature, address, vehicle registration number), and scale operator's signature. C.5.1.6.2 Tonnage Reports: The Contractor shall provide a tonnage report to the COR for each category of solid waste reflecting the disposition of all solid wastes disposed of during the preceding month to include Cantonment Solid Wastes (paragraph C.5.2), Recovered/Recycled materials (paragraph C.5.3), and Field Waste (paragraph C.5.4). Reports shall be in the format at Attachment 3. Reports shall be submitted in an Excel document not later than the 3rd working day of each month. The Contractor shall provide legible copies of the weight certification to support each entry to the respective report. The Contractor shall maintain the original documentation on file for the duration of this contract, subject to review by the COR as deemed necessary. C.5.1.7 SAFETY: The Contractor shall perform all collection operations in a manner that protects the health and safety of personnel associated with the operation. All Contractor personnel shall use personal protective equipment such as gloves, safety glasses, respirators and footwear as appropriate for work being performed. All protective equipment shall meet the applicable provisions of the Occupational Safety and Health Act Standards for Subpart I - Personal Protective Equipment (29 CFR 1910.132 through 1910.137). Scavenging is prohibited at all times to avoid injury and to prevent interference with collection operations. C.5.1.8 FILES: The Contractor shall maintain complete and accurate files, documentation, records, and reports required under the terms of this contract. The Contractor shall make the files available to the Contracting Officer or a designated representative upon request. C.5.1.9 VISITS/INSPECTIONS: The Contractor shall not act as an agent of the Government in contacts with State or Federal environmental regulators concerning the Installation's Solid Waste Management program. The Contractor shall immediately notify the Contracting Officer or designated representative when either State or Federal regulators or inspectors visit on-post locations to conduct inspections. The Contractor shall accompany regulators/inspectors and the Installation representative and provide information during all inspections as required. At no time shall the Contractor provide private tours of their operation on Fort Polk. C.5.1.10 MEETINGS: When requested by the Contracting Officer, the Contractor and personnel cognizant of the meeting agenda shall attend meetings at designated place and time. Minutes of the meeting shall be documented and provided to the Contractor for acceptance/approval or dispute within 72 hours. Disputed items will be clarified and the minutes resubmitted for approval and acceptance. C.5.1.11 RADIO FREQUENCY: The Contractor shall coordinate the usage of any radios with the Directorate of Information Management (DOIM). C.5.1.12 CONTRACT DISCREPANCY REPORT: Within 72 hours of receipt of a DA Form 5479R, Contract Discrepancy Report (CDR), the Contractor shall respond on the CDR to the Contracting Officer the cause and corrective action taken or planned to prevent recurrence of the discrepancy. The Contractor shall cite the Contractor's applicable Quality Control Program procedures governing the discrepancy and the Quality procedures to preclude recurrence in the future. C.5.2 CANTONMENT AREA COLLECTION/DISPOSAL: The Contractor shall collect and dispose of solid wastes from the North and South Fort Polk cantonment areas and the Peason Ridge cantonment area. The Contractor shall provide refuse containers (normally multiple containers) equipped with lockable devices of an adequate size, and in sufficient quantity, to contain all solid wastes generated at each collection point in the period of time between collections. With the exception of materials sorted/separated for the purpose of recovery/recycling, large bulky items which will be transported to the CSWCP for recycling/recovery, or subsequent disposal through the landfill, and containers known to contain restricted items, which shall be transported to the CSWCP for sorting, all cantonment solid waste shall be transported directly to the disposal landfill. The Contractor shall police up spillage incidental to the collection process and shall manually load refuse that is placed beside the dumpster due to the container being full. C.5.2.1 COLLECTION SCHEDULES: The Contractor shall collect solid waste in accordance with the collection schedule in effect on performance start date (for informational purposes, the schedule in effect as of 01 Dec 07 showing collection locations, number of containers and frequency of collection is at Attachment 4), which will be provided upon contract award. Within 30 days following commencement of work, the Contractor shall revise/update collection schedules for the Cantonment areas to reflect his methodology and submit the schedules to the Contracting Officer for approval. The revised schedules shall include for each collection point, as a minimum, the building number of the building closest to the collection point, number/size of containers provided at the collection point, day of week collection is scheduled, and time collection is to be accomplished plus-or-minus two (2) hours. The Contractor shall annotate the first schedule as quote mark Original quote mark and reflect the date of submission. Subsequent to the Contracting Officer's approval, the Contractor shall accomplish collection in accordance with the approved schedule. In the event of road closure due to troop activities such as Physical Training, road marches/runs, etc., the Contractor may deviate from (work around) the schedule. Any proposed changes to the initial quote mark original quote mark schedule shall be highlighted, underlined, or otherwise annotated to designate which items have been changed, dated and submitted to the Contracting Officer for approval prior to implementation. The Contractor shall include any proposed increases/decreases in the quantity, type, and size of containers to be provided and the proposed relocation of containers on the schedules. Upon approval by the Contracting Officer, the Contractor shall collect solid waste in accordance with the approved schedule. The Contractor shall not implement any subsequent changes to the collection schedule without prior approval by the Contracting Officer. Collection of cantonment solid wastes shall not be performed on Thanksgiving, Christmas and New Years - collections scheduled on those dates shall be accomplished the following day. C.5.2.1.1 Bulky Item Collection Schedule: The Contractor shall develop and submit to the Contracting Officer for approval, a schedule for collection of large bulky items (furniture, pallets, wood, etc.) by collection point. The Contractor shall collect large bulky items which cannot (should not) be contained in Contractor-provided containers a minimum of once weekly. C.5.2.2 COLLECTION FREQUENCIES: In establishing collection frequencies, the Contractor shall take into consideration the generation rates, waste composition, and storage capacity of his equipment. Collection shall be accomplished frequently enough to inhibit the propagation of, or attraction of vectors, precluding the emission of offensive odors. As a minimum, containers designated for collection of mixed solid waste shall be emptied once weekly, unless otherwise specified. Some locations on North Fort Polk and Peason Ridge will require additional service during JRTC Rotations; the Contractor shall monitor areas and provide necessary service to prevent overflowing containers. C.5.2.2.1 Unscheduled Collections (average of 10 monthly estimated): The Contractor shall perform unscheduled collections within four (4) duty hours after notification of the requirement by the Contracting Officer or designated representative. C.5.2.2.2 Hampered Collection Operations: In the event the Contractor is hampered from gaining access to a container by a parked vehicle, or other large bulky item that cannot be moved by the collection vehicle operator, the Contractor shall record the container number and description of vehicle/item impeding access to container during his collection schedule and report the problem to the Contracting Officer or designated representative. In those instances involving a parked vehicle, the make and/or model, color and license number of the vehicle shall be reported. Upon notification from the COR the Contractor shall empty any previously blocked containers. C.5.2.3 POSITIONING REFUSE CONTAINERS: The Contractor shall position containers to provide easy access by the user and minimize interference with adjacent parking lots, sidewalks, fire hydrants, etc. The Government reserves the right to designate collection points and direct placement of containers. The Contractor shall repair any damages to the surrounding fixtures or landscape caused by his operations within ten (10) days of the occurrence. During the phase-in period of this contract, the Contractor shall place containers of a similar cubic yard capacity at the same locations where they existed prior to commencement of this contract. The Contractor shall coordinate removal of existing containers and placement of new containers so as to minimize disruption of service. The Contractor shall exchange containers in a manner that a collection point will not be without a container for more than two (2) hours. C.5.2.4 RESTRICTED ITEMS. (VIGILANCE AND REQUIRED ACTIONS): The Contractor shall be ever cognizant of and fully knowledgeable of restricted items/solid waste exclusions and the proper handling of these items (list of restricted items is contained at Attachment 2). Except for items exempt under the provisions of 40 Code of Federal Regulations (CFR) Sec 261.4(b)(1), LAC 33:V.105D.10, and LAC 33:V.109, the Contractor shall not knowingly collect, transport, or dispose of restricted items (hazardous wastes, explosives (military ordnance), used oil, hazardous waste batteries, tires, sewer sludge, and infectious wastes) off the Installation. Observations by the Contractor's Quality Control staff, vehicle operators, and the Government's Quality Assurance staff constitute the only safeguard in preventing inclusion of restricted wastes in the waste stream. Accordingly, when such items are discovered in refuse containers in cantonment areas, the Contractor's immediate action shall be as follows: The Contractor shall notify the Contracting Officer Representative and report container location. Container shall not be emptied. The COR will: C.5.2.4.1 Notify the Contracting Officer and the DPW Project Manager. Direct the Contractor to provide another container next to the reported container and direct the Contractor to transport the container to the CSWCP for sorting and disposal as field waste. All restricted items removed under this paragraph shall be disposed of IAW appropriate regulation, statute, directive or other authoritative guidance. C.5.2.4.2 When practicable, similar procedures shall be followed when oversized items have been placed inside the container making mechanical collection not possible without potential damage to the equipment. C.5.2.4.3 Restricted items above 50 caliber unexploded ordinance or other restricted items which cannot be determined as safe shall be processed IAW the Munitions and Ordinance Handling Procedures course which requires action as set forth in the Fort Polk Class V Standard Operating Procedure. C.5.2.5 CENTRAL COLLECTION POINT FOR INSTALLATION TENANTS: The Contractor shall establish a central collection point in the CSWCP as a convenience for the Installation populace on a voluntary basis to deposit used/broken pallets, wood/lumber, and large, bulky items such as, but not limited to, white goods, furniture, crates, boxes, yard waste, and tree limbs which preclude or complicate pickup by normal solid waste collection methods. Operation of this collection point does not remove the Contractor's requirement to pick up large bulky items placed curbside at cantonment area collection points. The Contractor shall provide separate containers of a size and type suitable for containment of these items. Additional containers for other types of solid waste that is suitable for recycling/recovery may be provided as desired. The Contractor shall operate this central collection point during the normal operating hours of the CSWCP. The Contractor shall collect and dispose of cantonment solid wastes from these containers on an as-needed basis as determined by the Contractor. C.5.2.5.1 Contaminated Soil. The Contractor shall provide a covered container for collection of contaminated soil resulting from cleanup of POL spills and wash racks. Military units and the Directorate of Public Works generate this type of waste. Contaminated soil will be disposed of in a landfill. C.5.2.5.2 Freon Refrigerants. The Contractor shall collect items such as, but not limited to, refrigerators, freezers, air conditioners that contain Freon at the CSWCP. When the quantity of items on hand warrants and prior to disposal, the contractor shall arrange to have the refrigerant from these appliances purged in an environmentally acceptable manner by submission of a Service Order to the Directorate of Public Works. Purging of the refrigerant will be accomplished by the DPW. C.5.2.6 SPECIAL REQUIREMENTS: C.5.2.6.1 Food Wastes Collection: The Contractor shall pick up food waste stored in 20 to 32-gallon containers between the hours of 8:00 AM and 11:00 AM daily except Sundays at North Fort Polk temporary/standby dining facilities (when opened and operational in support of rotations, maneuvers or mobilizations) located at Buildings 8009, 8047, 8080, 8239, 8248, 8401, 8403, 8538, 7139, 7179, 7180, and 8051. The Contractor shall empty the contents of the Government-owned cans into a Contractor-provided vehicle or container. The Contractor shall return empty cans to their proper location in an upright position with lids securely in place. The Contractor is prohibited from removing the Government-owned cans from the dining facility area. C.5.2.6.2 Food Wastes Disposal: The Contractor shall dispose of food waste collected from dining facilities and clubs, Meals Ready-To-Eat (MRE), T-Rations (Tray Packs), and other operational rations collected from any source, and foodstuffs disposed of by the Troop Issue Subsistence Activity directly in a landfill. The Contractor shall institute strict control measures to preclude diversion of these items from the waste stream. C.5.2.6.3 Directorate of Plans, Training, and Military Security (DPTMS) containers for Paper Shreddings: The Contractor shall provide, schedule and empty the specially altered containers at Buildings 2701 and 1560 on the first and third Thursday of each month. C.5.2.6.4 Ammunition Supply Point (ASP): The Contractor shall provide two (2) roll-off containers or trailers with a capacity of 30 to 40 cubic yards for collection of PENTA-treated wood and ammunition packing residue at Building 4137. The Contractor is prohibited from recycling PENTA-treated ammunition boxes. Contents from these containers are not recyclable and shall be transported directly to a landfill. The Contractor shall schedule and empty the container/trailer approximately two to three times each week upon notification. The Contractor shall empty the container within 24-hours after notification of the requirement. C.5.2.6.5 Bayne-Jones Community Hospital (BJACH) Roll-off Containers: The Contractor shall provide a roll off container capable of connection to the Government-owned compactor. Within 24-hours of notification, the Contractor shall transport the compacted solid waste directly to the landfill for disposal. The Contractor shall report the weight of the solid waste disposed to the Executive Hospital Housekeeper concurrent with return of the empty container. C.5.2.6.6 Peason Ridge Cantonment Area: The Contractor shall provide from one (1) to three (3) 20 cubic yard covered roll off containers for mixed solid wastes (number of containers required is dependent on the level of activity at the site). The Contractor shall empty these containers on an unscheduled basis (normally three (3) times a month) within 24 hours following notification of the requirement, weekends and holidays excluded. Peason Ridge is located approximately 24 miles from Fort Polk onto Entrance Road to US Highway 171 North through Leesville, turning left onto Louisiana Highway 117 North. Another route to Peason Ridge is departing North Fort Polk via Chaffee Road, which changes into Louisiana Highway 184 North when you exit the Installation. Turn left onto Louisiana Highway 8 West from Louisiana Highway 184 North to Louisiana Highway 117 North. This route is approximately 26 miles from Fort Polk. C.5.2.6.7 Installation Spring/Fall Cleanup Campaigns: The Contractor shall, in coordination with the Directorate of Public Works, develop and execute a plan for collection of solid wastes generated during the twice-annual post clean-up periods. This program entails a coordinated effort to clean up the post by military units and the civilian workforce. The volume of solid waste exceeds the normal levels and necessitates provisions for temporary collection points for deposit of all types of refuse with a heavy concentration of leaves, pine needles, tree limbs and lumber. The normal quantity of refuse will increase by approximately one-hundred (100) tons or fifty (50) tons daily, during this two-day effort for each post clean-up event. The plan shall include the locations for establishment of temporary collection points. The Contractor shall provide the required quantity and appropriate size containers to contain all wastes collected and accomplish timely collection and disposal throughout the duration of these campaigns. Additionally, the Contractor may designate an area in the CSWCP where military units may deliver materials suitable for recycling by mulching. C.5.2.6.8 Contractor shall provide 1 roll off container at Bldg 3120 for large, bulky items. C.5.3 RECYCLING/RECOVERY PROGRAM: The Contractor shall establish a recycling/recovery program that shall divert from landfill disposal a minimum of 25% (by weight) of the solid waste collected under this contract. Facilities at the CSWCP may be used to perform the recycling function. The Contractor's proposed recovery/recycling proposal shall be submitted in draft with his initial proposal, finalized and submitted to the Contracting Officer for approval within ten (10) days of contract award for approval. The Contractor shall achieve the 25% waste reduction calculated every three months. Recycling tickets shall be reported in the month in which they are disposed of (removed from the holding area at the CSWCP). The Contractor shall establish and maintain a method of record keeping determining the quantity of items recovered/recycled by type/category and the percentage of the total solid waste covered under this contract that was recovered and recycled, composted, incinerated, or otherwise diverted from the waste stream destined for landfills. The Contractor shall submit this information on the monthly Tonnage Report. C.5.3.1 EXISTING RECYCLING OPPORTUNITIES: The following activities are currently participating in the recycling program and will continue unless otherwise determined by the Contractor. If these functions are not required/desired under the recycling program, the containers described will still be required for collection and the contents will be disposed of as cantonment solid waste. Materials collected from these locations that are not recycled will be disposed of as cantonment solid waste. Multiple containers shall be emptied in accordance with the Contractors schedule; roll-off containers shall be emptied upon notification within 24-hours. C.5.3.1.1 Woodworking Shops: The Contractor shall provide specially altered containers for collection of sawdust at Building 922 (Arts and Craft Shop). C.5.3.1.2 Defense Reutilization and Marketing Office (DRMO): The Contractor shall provide two (2) roll-off containers or trailers with a capacity of 30 to 40 cubic yards for collection of wood/lumber and large bulky items (furniture, appliances, etc.) at Building 4050. C.5.3.1.3 Riggers Facility: The Contractor shall provide a roll-off container or trailer with a capacity of 30 to 40 cubic yards for collection of wood, cardboard and recyclables at Building 7013. Container normally requires emptying twice a week. C.5.3.1.4 Directorate of Logistics (DOL) Roll-off Containers: The Contractor shall provide three (3) roll-off containers or trailers with a capacity of 30 to 40 cubic yards each for the collection of lumber, wood, and cardboard. Building 4374 requires two (2) containers, one (1) for wood and one (1) for cardboard, and Building 4386 requires one (1) for wood. C.5.3.1.5 Recycling Containers Currently in Place: See the current collection schedule for existing recycling containers. C.5.3.2 SALE OF RECYCLABLES: The Contractor may retain revenues from the sale of recoverable/recyclable items and material removed from the waste stream. Items excluded from sale as recoverable/recyclable items and material include batteries and Class V type items; live ammunition; brass, expended ammunition, etc. NOTE: GOVERNMENT OPERATED QUALIFIED RECYCLING PROGRAM. Although there is no Government operated recycling program currently in operation on the installation, the Government reserves the right to initiate such a program during the period of performance covered by this contract. The Government program, if established, will allow the Government to seek sources for recycling and designate certain items as quote mark recyclables quote mark. Recyclables collected by the Government prior to entering the solid waste stream shall be processed and disposed of by the Government. Revenues realized from this program will be retained by the Government. C.5.4 CONSOLIDATED SOLID WASTE COLLECTION POINT (CSWCP): The Contractor shall establish and operate the CSWCP to accomplish the solid waste functions prescribed by this contract. Functions to be performed include: C.5.4.1 MINIMUM STAFFING/HOURS OF OPERATION: The Contractor shall work the hours specified in paragraphs C.5.4.1.1 and C.5.4.1.2. For any give employee, work in excess of 40 hours a week is considered overtime work. All overtime must be approved by the Contracting Officer prior to execution. Overtime rates will be paid IAW the Service Contract Act and the applicable Wage Determination, for approved overtime. The Contractor shall provide minimum staffing to maintain the CSWCP open and accessible to authorized customers during the hours specified below: C.5.4.1.1 Non-Rotational Periods: 9:00 AM to 3:00 PM daily including weekends but excluding Thanksgiving, Christmas, and New Years Day. C.5.4.1.2 During Rotations: quote mark Rotation quote mark is the period of time that a post military unit spends at Fort Polk participating in field training exercises. There are normally ten (10) rotations annually. Rotations are generally divided into three (3) phases as described below. During rotations the facility shall be open from 7:00 AM to 5:00 PM daily including weekends and all Federal holidays. A copy of the projected schedule of rotations is at Attachment.5. C.5.4.1.2.1 Advance Party (ADVON) Period: Beginning 2 days prior to the Maneuver Period. C.5.4.1.2.2 Maneuver Period: Normally periods of 6 to 8 days while field training maneuvers are performed. C.5.4.1.2.3 End of Exercise (ENDEX) Period: Commences upon completion of the maneuver period and continues for a period of 6 days. C.5.4.2 CONTROL ACCESS TO CSWCP: The Contractor shall control access to the CSWCP during established hours of operation. The Contractor shall lock and secure the entrance to the consolidated collection point at the end of each day to preclude unauthorized access. Privately owned vehicles shall be permitted into the CSWCP only under strict guidance of the Contractor's personnel. The Contractor shall be courteous and diplomatic in all interactions with personnel using the collection point. The Contractor shall be firm in enforcing all required procedures but will refrain from use of profane or abusive language and treatment of personnel as subordinates. If personnel are abusive toward Contractor employees, or refuse to comply with instructions, the Contractor shall immediately telephonically notify the Contracting Officer. The Contractor shall perform the following administrative procedures and tasks: C.5.4.2.1 Determine Authorization: Upon entry to the collection point, the Contractor shall determine purpose of the visit and authorization to use the facility as follows: Personnel on official business or those desiring to pick up recyclables will sign in on the Visitors Log (format at Attachment 6); Individuals in military or GSA vehicles and Government employees may dispose of solid wastes and will sign in on the Daily Log (format at Attachment 6). Civilian personnel and Contractors (except those operating Government vehicles) are not allowed to dispose of solid wastes. C.5.4.2.2 Determine Load Contents: Ask the vehicle operator if the load contains any restricted items, complete the daily log and direct appropriate action as follows: (Contractor shall be vigilant and alert to detect the presence of restricted items and should visually examine the load contents in the event of uncertainty). C.5.4.2.2.1 If restricted items are declared, determine if they are sorted or unsorted. C.5.4.2.2.1.1 If sorted, determine if it is Class V (Munitions) or other restricted items such as paint, aerosol cans, batteries, etc. Vehicles containing sorted Class V will be required to transport the items to the ASP for turn-in. Other sorted restricted items will be turned in to the DPW, ENRMD personnel at the Restricted Items Collection/Sorting Area. C.5.4.2.2.1.2 If unsorted or unknown, directly offload into a designated roll off container containing solid wastes that will be processed through the sorting line and ultimately disposed of as field waste. C.5.4.2.2.2 Scrap metal in quantities greater than fifty (50) pounds-per-item or per-vehicle load shall not be accepted unless the vehicle operator produces a DRMO rejection certificate stating that the scrap metal has quote mark NO MARKET VALUE. quote mark DRMO rejection for other reasons is not acceptable. The Contractor shall maintain copies of the all of the DRMO rejection certificates and provide them to the COR in the monthly report. C.5.4.2.2.3 If there are no restricted items, directly offload at the designated location for the type of items contained on the vehicle. C.5.5 FIELD WASTE: C.5.5.1 COLLECT FIELD WASTE: The Contractor shall provide twenty-four (24) to thirty (30) 20 cubic yard, liquid-sealed, roll-off containers with covers, while in transit and inclement weather, for the collection of field waste at various locations during training/rotational exercises. Two (2) to four (4) containers will be provided in five (5) to seven (7) specified maneuver areas as predicated on the training scenario developed for each rotation. The number of containers, the locations and the date required (normally six (6) to eight (8) days prior to start of the Maneuver Period will be specified by the Government at the start of each rotation. Containers will be required for six days after ENDEX. Attachment 7 depicts the current collection area locations and provides the approximate mileage measured form the CSWCP. Additionally, the Contractor shall provide a maximum of twenty-four (24), 8 cubic yard multiple containers (locking devices are not required) for collection of field waste in the 8200 Block generated by soldiers participating in field training. Containers will be required during the same periods as above. C.5.5.1.1 The Contractor shall monitor the volume of field trash deposited in the containers as necessary and pick-up/transport the field waste containers from the field locations and the 8200 Block to the CSWCP. Empty containers will be provided concurrent with the pick up of full containers. The Contractor shall pick up all refuse on the ground within 10 feet of containers that are filled to capacity. If refuse has been placed outside of an empty or partially filled container, the Contractor shall notify the COR who will coordinate with the responsible organization to have the items placed inside the container. C.5.5.2 SORT AND DISPOSE OF FIELD WASTE: The Contractor shall provide properly trained personnel in sufficient quantity to sort/process the field waste as it is received at the CSWCP. The Contractor may use one or both conveyor systems and work beyond the normal operating hours of the CSWCP if necessary to accomplish sorting/processing of field waste within 48 hours of arrival at the CSWCP. Sorting/processing of field waste entails running the materials over the conveyor system, and inspecting/searching for and removal of restricted materials (list of restricted items that require removal is at Attachment 2). Concurrently, recyclable materials may be retrieved as desired. This process is crucial as it provides the safeguards to preventing introduction of restricted items into the landfill and the ensuing problem of cleaning up the landfill, fines, etc. When the Contractor decides to operate the sorting facility beyond the normal operating hours of the CSWCP, the COR shall be notified. C.5.5.2.1 The Contractor shall operate and perform all recommended original equipment manufacturers (OEM) maintenance on the Government-provided conveyor belt system. The Contractor shall thoroughly clean the conveyor belt system and the facility daily prior to the close of business. The Contractor shall accomplish necessary repairs to the system within 72 hours. C.5.5.2.2 Contractor shall open all bagged trash and spread mixed wastes over the conveyor to facilitate inspection/removal of restricted items except for triple bags containing DFAC generated wet food waste. These triple bagged containers made of clear plastic may be visually inspected without opening. The Contractor shall remove and accumulate all restricted items in Contractor provided containers. As containers are filled they shall be removed from the sorting line and placed in the Restricted Items Collection Point for subsequent processing as delineated in paragraph C.5.5.3. When restricted items classified quote mark above 50-caliber quote mark are discovered, the Contractor shall handle in accordance with the SOP entitled, quote mark Class 5 Handling for the Consolidated Solid Waste Collection Facility (CSWCP) quote mark. A draft of the SOP is provided at Attachment 8. C.5.5.2.3 Contractor shall transport the sorted/compacted solid waste to an approved landfill for disposal. C.5.5.3 PROCESS RESTRICTED ITEMS: During rotations (see paragraph C.5.4.1.2), and at other times when on-post units are performing field training and the sorting facility is being operated, the Contractor shall provide qualified personnel to process the restricted items that have been removed from the waste stream as follows. Accomplishment of this task will require approximately 350 man-hours per month. C.5.5.3.1 Move restricted items to the Restricted Items Collection/Sorting Area. Sort/Separate and process the various items that have been collected into appropriate containers for inventory by DPW, ENRMD personnel at the Restricted Items Collection/Sorting Area. C.5.5.3.1.1 Sort batteries by type and place in appropriate HAZSTORE. DPW, ENRMD personnel will accomplish further processing and appropriate disposal. C.5.5.3.1.2 Puncture/purge aerosol cans using a Government provided equipment. DPW, ENRMD personnel will accomplish further processing and appropriate disposal. C.5.5.3.1.3 Utilizing equipment provided by the Government the contractor shall purge all propane cylinders of less than 40 pound size. After purging is completed the contractor shall remove valve stems from propane cylinders of less than 40 pound size. Cylinders more than 40 pounds will be turned into ENRMD personnel. C.5.5.3.1.4 Class V munitions and other restricted items shall be identified and processed IAW Fort Polk SOPs and U.S. Army Regulations. C.5.5.3.2 Contractor shall utilize means as appropriate to unload drums and various containers used for collections/disposal of petroleum products; triple-rinse containers up to 55 gallon containers. C.5.5.3.3 Process JP-8 and oil contaminated rags and spill containment socks using Government provided equipment available at the Restricted Items Collection Point. Processing entails wringing out contaminants and disposal of processed rags as cantonment solid waste. C.5.5.4 VERIFICATION OF CONTRACTOR'S INSPECTION AND SEGREGATION: The Contractor shall institute procedures to verify and ascertain the quality of the visual inspection and required segregation process to ensure restricted items are removed from the solid waste stream. The Government will perform quality assurance to verify performance standards as follows: C.5.5.4.1 As a minimum, on a quarterly basis, the COR will randomly select a container of compacted solid waste to inspect. Container identification number will be recorded and the Contractor will be notified that the container will be inspected the following day. C.5.5.4.2 At the start of the next day's operation, the Contractor shall remove the container, move it to the conveyor system for offloading into the hopper, and re-process through the sorting line. The COR and DPW, ENRMD personnel will observe the sorting process with emphasis on the items as they exit the sorting line into the container. Contractor shall empty its contents into the sorting line hopper that is not being used by the recycle workers. Contractor will be paid in accordance with the Bid Schedule for performance of this function. STANDARD: Contractor performance will be rated as satisfactory when, as a result of this inspection, there are not more than fifty (50) restricted items found, none of which are 50-caliber ammunition or larger. If the results are not satisfactory, a re-inspection on another container will be performed at a later date without payment. This process will continue until a satisfactory rating is achieved. C.5.5.5 DISCOVERY OF RESTRICTED ITEMS AT THE LANDFILL: Upon notification of restricted items being identified in the landfill, the Contractor shall immediately notify the COR and DPW, ENRMD staff personnel. If restricted items were identified to have come from the CSWCP, the Contractor shall be responsible for all necessary remedial actions. The Contractor shall respond and commence recovery operations of the restricted items from the landfill within 24-hours of notification that restricted items originated from the CSWCP. The Contractor shall provide sufficient personnel trained and certified in the management of hazardous materials/waste and explosives to perform the recovery operations. The cost of the recovery operation, additional cost for diversion of waste to another permitted disposal facility, and any subsequent fines and damages associated with improper disposal of the restricted items originating from the CSWCP will be the sole responsibility of the Contractor. The Contractor shall not discuss the incident with anyone other than Installation and landfill personnel. The Contractor shall direct all inquiries from any regulatory or other interested agency to the Contracting Officer and/or appropriate Installation representatives. C.5.5.6 REPORTS: The Contractor shall ensure that the driver and/or occupant of each vehicle entering or leaving the CSWCP are recorded in the DAILY LOG. The Contractor shall ensure all visitors to the CSWCP sign in and out on the VISITORS LOG. The Contractor shall record all solid waste collections on the MONTHLY RECORD OF SOLID WASTE COLLECTIONS. The Contractor shall submit completed Daily Logs, Visitor Logs, and Monthly Record of Solid Waste Collections to the Contracting Officer not later that the third workday of each month. 3. SUBMISSION REQUIREMENTS: All interested firms shall submit a Capability Statement and email to tamera.s.butler.civ@mail.mil. Submission shall be received by 3:00 PM, Central Standard Time, 21 Nov 2014 and shall not exceed four (4) one-sided, 8-1/2 x 11 pages. This synopsis is only for market research purposes. This RFI does not constitute a request for proposal nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of response to this notice. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. No hard-copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will be considered. Interested offeror's shall address this requirement through this RFI in written format via email to tamera.s.butler.civ@mail.mil. Calls and fax transmittals in response to this RFI will NOT be accepted. Personal visits for discussing this announcement will NOT be scheduled.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d074bcb2f9184e987324647a9761fcf5)
- Place of Performance
- Address: MICC - Fort Polk PO Drawer 3918 Fort Polk LA
- Zip Code: 71459-5000
- Zip Code: 71459-5000
- Record
- SN03575317-W 20141120/141118234148-d074bcb2f9184e987324647a9761fcf5 (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 |