Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2017 FBO #5631
MODIFICATION

S -- Integrated Base Solid Waste Services (Refuse) - JBER - Q&A's

Notice Date
4/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-17-R-0006
 
Archive Date
12/10/2016
 
Point of Contact
Nicholas D Parsons, Phone: 907-552-7563, Nick Tapp, Phone: 907-552-5870
 
E-Mail Address
nicholas.parsons.2@us.af.mil, nicholas.tapp@us.af.mil
(nicholas.parsons.2@us.af.mil, nicholas.tapp@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-12-14 18:22:57">Dec 14, 2016 6:22 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-04-22 21:37:43">Apr 22, 2017 9:37 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2017-01-25 16:47:31">Jan 25, 2017 4:47 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2017-04-22 21:37:43">Apr 22, 2017 9:37 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2017-03-16 23:02:01">Mar 16, 2017 11:02 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2017-04-22 21:37:43">Apr 22, 2017 9:37 pm Track Changes **This is the official Synopsis for the subject project. The 673d Contracting Squadron is contemplating an award for Refuse Services for multiple locations on Joint Base Elmendorf-Richardson (JBER) Anchorage, Alaska. A Sources Sought was previously advertised under solicitation number FA5000-16-R-0018, JBER Integrated Solid Waste Management Services. (Note: the description contained within this synopsis is a summary of the required services and is not intended to be all-inclusive.) The proposed contract will provide integrated services for approximately 678 Refuse containers on JBER. This includes rolloffs, tippers, and 6 cubic yard dumpsters. The Contractor shall establish vehicle routes and collection schedules so that collection operations occur between the hours of 0630 and 1630, Monday through Friday. The Contracting Officer may require the contractor to make unscheduled collections and disposals for special events. Services shall be performed in accordance with the Performance Work Statement (PWS) incorporating commercial standards, practices, as well as Air Force Instructions, and state and federal regulations. The performance period for this service will be one (1) year base period beginning on 1 October 2017 through 30 September 2018 and 7 (one-year) option periods from 1 October 2018 through 30 September 2025. All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services except as specified in the contract as Government Furnished Property/Services will be provided by the contractor. A Fixed Price contract is contemplated. This acquisition will be a competitive 8(a) small business set-aside. The applicable North American Industry Classification System (NAICS) code is 562111 Waste Collection services, with a small business size standard of $38,500,000. It is anticipated that the solicitation will be issued electronically on or about 4 April 2017 on the Federal Business Opportunities web page at http://www.fbo.gov. All proposals will be due on 10 May 2017 @10:00AM (AKST). Paper copies and paper proposals will not be accepted. Once the solicitation is posted, it will then become the responsibility of the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/ There will be a site visit held on or about 19 April 2017 that is expected to last from 0730 to 1630 (AKST). Following the site visit there will also be a Pre-Proposal Conference held via phone on 21 April 2017 to address any questions that might have come up during the site visit. ALL PROSPECTIVE OFFERORS ARE URGED TO ATTEND THIS CONFERENCE. If a contractor is not at the designated start location above by 0730 AM (AKST), there will not be a future site visit. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][added_on]" value="2017-03-30 22:05:17">Mar 30, 2017 10:05 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][modified_on]" value="2017-04-22 21:37:43">Apr 22, 2017 9:37 pm Track Changes The 673d Contracting Squadron is soliciting to award a contract for Integrated Solid Waste Management Services (Refuse) on Joint Base Elmendorf-Richardson (JBER) Anchorage, Alaska. A Draft RFP was previously advertised under solicitation number FA5000-17-R-0006, JBER Integrated Solid Waste Management. (Note: the description contained herein is a summary of the required services and is not intended to be all-inclusive.) The proposed contract will provide integrated services for approximately 678 Refuse containers on JBER. This includes rolloffs, tippers, and 6 cubic yard dumpsters. The Contractor shall establish vehicle routes and collection schedules so that collection operations occur between the hours of 0630 and 1630, Monday through Friday. The Contracting Officer may require the contractor to make unscheduled collections and disposals for special events. Services shall be performed in accordance with the Performance Work Statement (PWS) incorporating commercial standards, practices, as well as Air Force Instructions, and state and federal regulations. The performance period for this service will be one (1) year base period beginning on 1 October 2017 through 30 September 2018 and 7 (one-year) option periods from 1 October 2018 through 30 September 2025. All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services except as specified in the contract as Government Furnished Property/Services will be provided by the contractor. A Fixed Price contract is contemplated. This acquisition will be a competitive 8(a) small business set-aside. The applicable North American Industry Classification System (NAICS) code is 562111 Waste Collection services, with a small business size standard of $38,500,000. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/ SITE VISIT INFORMATION A pre-proposal conference/site visit will be held at Joint Base Elmendorf -Richardson (JBER) on 11 April 17 to start promptly at 9:00 AM Alaska Daylight Standard Time (ADST) in Room 350, 3rd floor conference area of the Contracting building, 10480 Sijan Ave. on JBER. The purpose of the conference is to familiarize all offerors with the terms and conditions of the solicitation and to discuss all aspects of the contract specifications and the performance standards contained therein. The pre-proposal conference will be followed by a site visit to include a tour of various high use areas as well as a few of the further-out points that contractors will be required to pick up during contract performance. The conference and site visit should be concluded by 1600 PM ADST on 11 May 17. All costs associated with attending the pre-proposal conference/site visit shall be borne by the offeror. ALL PROSPECTIVE OFFERORS ARE URGED TO ATTEND THIS CONFERENCE. If a contractor is not at the designated start location above by 9:00 AM (ADST), there will not be a future site visit. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][5][added_on]" value="2017-04-11 21:27:06">Apr 11, 2017 9:27 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][5][modified_on]" value="2017-04-22 21:37:43">Apr 22, 2017 9:37 pm Track Changes Due to FBO technical difficulties, JBER was not able to upload the Q&A's document. Therefore, below are those questions and answers for the subject solicitation package. Can you identify what type/size/special requirements are needed for the new containers that will replace the Government Owned Containers the contractor is to provide in the option years identified in the PWS? - This is addressed in Appendix F, para F.1. There is also a chart of current inventory in para 3.2.5 that provides more information in regards to what the government owns according to type/size/special requirements as well as quantities. Can Can you identify the transfer station the incumbent is currently using? - The Anchorage Regional Landfill is the primary transfer site for JBER. The “Midtown” transfer station is being utilized under the current contract but is not permitted for use under the this contract except with written permission from the COR/CO. 3. Can the government clarify the breakdown of the new containers? (There are different quantities provided in the RFP and SOW.) - PWS para 3.2.5. There are currently 667 dumpsters, including roll offs, on the installation. There are approximately 475 dumpsters placed and currently being used at this time. 4. For the Past Performance response (3. Part III), does the 5 page limitation apply to section c only or do we have to address a, b, d, e and f within the 5 page limitation? - 5 page limitation applies to one particular past performance effort. So, in total past performance volume shall not exceed 25 pages. Please see solicitation clause FAR 52.212-1 Table 1 (Page 41 of the RFP) 5. ‘Appendix A – Estimated Workload Data’ shows an estimated quantity of 23 special event container placements. In ‘Appendix D – Special Events’ the frequency of events does not equal 23 as shown in ‘Appendix A’ unless there is only one pick-up for each event and 16 pick-ups for military exercises (in other words, the number of days shown does not equate to the number of pick-ups). Is there a direct correlation between the frequency of events listed in Appendix – D and the estimated quantity of special events in Appendix AIf so, should the estimated quantity in Appendix A be revised? App A and D correlate as intended. - There are 23 event placements, 16 exercises plus the other events listed, adds up to 23 in total. The confusion seems to be stemming from the information that indicates the duration of the event versus how many times a year it takes place. The 23 is the total of times that special events occur. 6. Can the government clarify the quantity and size of the Roll Off containers? - We currently have 7 - 20 cubic yard and 42 - 36 cubic yard roll off containers. Please see table 3.2.5 of the PWS. 7. The PWS referenced in CLIN 001 (PWS 1.1.1.1) indicates that the contractor shall empty refuse containers at least weekly. Further in the section it indicates that Historical frequency tables are located in Appendix B. Appendix B states "JBER Inventory and Schedule Frequencies (TE-1 – see attached)" Is this referring to Attachment 2 Tech Exhibit? If so, is the contractor to price the frequencies listed in Attachment 2 Tech Exhibit? - Yes, this is referring to Attachment 2, Technical Exhibit. It is the Government’s intent that Offerors include the picks-up detailed in the Technical Exhibit as pricing under CLIN X001. However, pricing development is the prerogative of the contractor and can be developed and priced in any way, so long as it is IAW the Schedule / Pricing Worksheet. 8. RFP states: The following services shall be priced separately in accordance with the cost contained in blocks 19 through 24 on the SF 1449. Is this referring to the CLIN breakdown or items described in Section 1.1.3.1 thru 1.1.3.7? - This is referring to the CLIN breakdown—see attachment 4, pricing worksheet. The second pages of the RFP form (Page 2) are the blocks 19 - 24. 9. The pricing template and the PWS references do not capture all of the labor/material required to perform on this contract. Where do we price all of the requirements outside of the referenced PWS sections? Vehicles/equipment, 1.1.8 Cleaning of containers, 1.1.9 Spills, 1.1.10 Weighing, 1.3.1 Landfill permits, 2, 2.1, 2.2 Quality control plan, 2.4 meetings, 3.2.6 Equipment Inventory, 3.2.7 Government equipment phase in (appendix F?), 4.6 Contract Personnel, 4.7 Manpower reporting, 4.8.3.2 Security training, 4.19 Insurance, 4.20 Phase out - Unless it is expressly broken out as a separate line item, the Government’s intent is that all other associated costs be proposed under CLIN X001 of each year. However as explained above, pricing development is the prerogative of the contractor and can be developed and priced in any way, as long as it is IAW the Schedule / Pricing Worksheet. 10. This item references PWS section 1.1.3.1 and within that section it references Appendix A for workload data. Should this include Appendix D too? - No, Appendix A CLIN X001 captures all tonnages of refuse services completed on the installation during a given year. 11. For pricing of CLIN 0008, what size container or what tonnage are we using as the basis? - Reference Appendix D for container size. All tonnage is a direct cost passed back to the Government via CLIN X018. 12. For pricing of CLIN 0013, what size container or what tonnage are we using as the basis? - See the Technical Exhibit for the sizes of containers we have on the installation. Additional pickups were based upon the container already in place. All tonnage is a direct cost passed back to the Government via CLIN X018. 13. Is recycling pick-up part of the requirements of this contract? - No, it is not. It is under the current contract but has/will become an internal Government program. 14. The PWS indicates that the Contractor shall perform all cleaning, painting, repair and other maintenance tasks off-base, which is a change from current procedures. As this is currently performed in Government furnished facilities on base, moving this offsite introduces a substantial increase in labor and other costs to facilitate this. Is this the intent of the government? - The government is working an answer to this question. It will be posted ASAP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-17-R-0006/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson (JBER), Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04482011-W 20170424/170422233056-4ded514606b301106e847c0c5797ad96 (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.