Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOURCES SOUGHT

S -- Solid Waste Removal Services - FCI Memphis, Tennessee

Notice Date
4/3/2018
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
15B11118Q00000001
 
Archive Date
10/13/2018
 
Point of Contact
Jim D Seratt, Phone: 972-352-4558
 
E-Mail Address
jseratt@bop.gov
(jseratt@bop.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The information gathered from market research will be vital in the formation and set aside status of the solicitation. The Bureau of Prisons has a future requirement for the provision of Solid Waste Removal Services for the Federal Correctional Institution Memphis and the Satellite Prison Camp located in Millington, Tennessee. All duties shall be performed in accordance with standards and methods generally accepted within the industry and in compliance with all Federal and State policies and regulations. The contractor will provide Solid Waste Removal Services in accordance with the Statement of Work. The Government contemplates awarding of an indefinite-delivery, requirements-type contracts with firm-fixed unit prices resulting from the future solicitation. The contract period shall consist of a 12 month base period with four 12 month option periods for renewal. The Government anticipates requiring the provision of one 35 yard compactor, two 20 yard open top containers, three 8 yard front load containers, and one 40 yard open top container. Each compactor/container will be pulled as defined in the attached draft Statement of Work. A Government solicitation document to provide these services is being developed, and a contract may or may not result. Market research is being conducted to determine interest and capability of potential sources for this requirement. All future information about this acquisition, including the solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. The North American Industry Classification System (NAICS) Code is 562111 (Small Business Administration Size Standard: $38,500,000 annually). Draft Statement of Work Subject: The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to make a single award of an indefinite delivery requirements type contract with firm fixed pricing for the provision of Solid Waste Removal Services at two Federal correctional facilities located in the Memphis, Tennessee area. Description of Duties: The Contractor shall provide Solid Waste Removal Services for the Federal Correctional Institution (FCI) Memphis, located at 1101 John A. Denie Road, Memphis, Tennessee 38134 and the Satellite Prison Camp (SPC) Millington, located at 6696 Navy Road, Millington, Tennessee 38053. The Contractor shall provide all equipment, labor, and transportation necessary to remove, haul, and dispose of solid waste in accordance with all applicable federal, state, and local laws and regulations. The Contractor shall be responsible for all permits and licenses required to properly and lawfully transport and dispose of solid waste. The Contractor is responsible for all trash, garbage, and debris spills that may occur from sanitation containers and compactors during the process of pulls and hauls. All material in the containers and compactors becomes the property of the Contractor upon removal from Federal property, and it is the responsibility of the Contractor to dispose of the material in a lawful and proper manner. The contractor shall be liable for any damage to U.S. Government property that may occur during a pull. The services provided under this contract shall be monitored by the Contracting Officers' Representative (COR). Trash will not be segregated prior to pulls. The "contents" of the container including all garbage, refuse and trash inside, resting upon or in the immediate vicinity of the container and that which might be spilled be collectors during pulls, shall be thoroughly and completely collected. Collection stations shall be left in a neat and orderly manner. All solid waste in the vicinity of the collection area, including spillage and waste left or spilled in the area shall be picked up by the Contractor, including all areas within ten (10) feet of the containers. Upon award of contract, the successful Contractor shall provide a list of drivers whom will be entering the secure perimeter of FCI Memphis in performance of this contract. A security investigation of each driver will be completed and clearance must be granted prior to an individual entering the secure perimeter of the facility. Investigative procedures, listed in Section 4 of this solicitation, will be applied in order to grant security clearance to contract staff. The Contractor shall submit one combined, itemized invoice identifying specific compactors, containers, and their charges for all pulls each month. Any additional "as needed" pulls requested will be paid monthly after services are rendered and an invoice is submitted. The additional pulls may be charged against a Government purchase card, if requested. The "as needed" pulls will be invoiced at the applicable contract rate. The Contractor shall provide copies of all weight slips and destination slips of all trash removed from FCI Memphis and SPC Millington. The receipts shall be addressed to the COR and sent with the invoice for each month. The weight slips are not a basis for payment, they are for record keeping purposes. Equipment: The Contractor will furnish and deliver the following contractor owned equipment to the Government. The Contractor shall delivery and install all required equipment within 1 business day of the contract Effective Date of Award. This equipment will remain the property and the responsibility of the Contractor. The containers and compactors shall be standard commercial-industrial type of heavy gauge metal construction, leak proof, and designed for mechanized handling. The containers shall be freshly painted at the start of the contract and periodically during the term of the contract to maintain a pleasing appearance. The Contractor's name and local phone number shall be prominently displayed on the containers. The containers shall be repaired and repainted or replaced at the Contractor's option within 24 hours of notification by the COR or Contracting Officer. The following equipment is to be used at FCI Memphis: Located within the secure perimeter fence: One (1) 35 yard compactor; Located outside the secure perimeter fence: Two (2) 20 yard open top containers; One (1) 8 yard front load container. The following equipment is to be used at SPC Milligan: Two (2) 8 yard front load containers; One (1) 40 yard open top container. The Contractor shall use vehicles specifically designed for refuse collection and which do not permit loss of refuse. The Contractor's name and local phone number shall be prominently displayed on the side of all vehicles. Schedule: To ensure continuity of essential services, the Contractor shall be prepared to commence services on the effective date of contract award. The Contractor should not assume that the Government or previous contract employees will be available to guide, direct, or specifically orientate incoming contract staff. The Contractor is responsible for removal of all equipment within 48 hours of expiration or termination of the contract, or any option period not exercised by the Government. The Contractor shall provide all services in accordance with required schedule, as well as, on an "as needed" basis. Due to security concerns, the compactor located inside the secure perimeter must be pulled as scheduled. The COR or Contracting Officer must be advised if, for any reason, the pulls cannot be made according to the schedule. Failure to maintain this schedule will result in a performance deficiency rating on annual evaluations. Pulls that are requested "as needed" should be completed within 24 hours of notification from the COR of Contracting Officer. The following schedule is to be followed at FCI Memphis: One (1) 35 yard compactor, located within the secure perimeter fence, shall be emptied twice weekly on days that are mutually agreed upon, prior to commencement of services, by the Government and Contractor. Pulls within the secure perimeter fence must occur during the hours of midnight - 3:00 a.m. on the same day. Pulls within the secure perimeter fence will be subject to direct supervision by Government personnel. Additional pulls of this compactor may be required on an "as needed" basis. Two (2) 20 yard open-top containers shall be emptied as needed, approximately once every two weeks. One (1) 8 yard front load container shall be emptied as needed, approximately nine times per year. The following schedule is to be followed at SPC Millington: Two (2) 8 yard front-load containers shall be emptied twice weekly on days that are mutually agreed upon, prior to commencement of services, by the Government and Contractor. One (1) 40 yard open-top container shall be emptied as needed, approximately nine times per year. The schedule may be altered to meet the security needs of the institution. Any variation in schedule will be as mutually acceptable to the Government and the Contractor. Refuse shall be collected as scheduled during inclement weather unless specific approval to delay is requested by the Contractor and approved by the Contracting Officer. When a scheduled collection day falls on a Federal Holiday and the contractor's business is closed, the pull shall be made the next business day. **Please answer the following questions on company letterhead.** 1. Please indicate your business size in relation to the SBA size standard provided above. 2. Can your firm provide the services in compliance with the requirements listed in the draft Statement of Work? 3. Do you have any issues/questions/concerns with the draft Statement of Work? 4. Can your firm provide all inclusive "per pull" pricing to include all costs associated with container rental, waste pull, disposal fees, etc.? 5. Can your firm provide firm fixed unit prices (i.e., per haul pricing) for future contract periods (for example: a contract with a base year and four option years, equating a total of five years)? 6. Can your firm quote pricing in the next 4-6 weeks for a contract with an effective date of December 1, 2018? 7. How many calendar days does your firm need to prepare a quotation resulting from this solicitation? 8. Is your company registered, and active, in the System for Award Management (www.sam.gov)? 9. Please furnish the following information in reference to your firm: Company Name: DUNS number: Address: Point of Contact: Telephone Number: E-mail Address: I am extremely appreciative of the time you have taken to complete this questionnaire. Please email your response to jseratt@bop.gov. HIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. This notice does not constitute a commitment by the Government. The information gathered from market research will be vital in the formation and set aside status of the solicitation. The Bureau of Prisons has a future requirement for the provision of Solid Waste Removal Services for the Federal Correctional Institution Memphis and the Satellite Prison Camp located in Millington, Tennessee. All duties shall be performed in accordance with standards and methods generally accepted within the industry and in compliance with all Federal and State policies and regulations. The contractor will provide Solid Waste Removal Services in accordance with the Statement of Work. The Government contemplates awarding of an indefinite-delivery, requirements-type contracts with firm-fixed unit prices resulting from the future solicitation. The contract period shall consist of a 12 month base period with four 12 month option periods for renewal. The Government anticipates requiring the provision of one 35 yard compactor, two 20 yard open top containers, three 8 yard front load containers, and one 40 yard open top container. Each compactor/container will be pulled as defined in the attached draft Statement of Work. A Government solicitation document to provide these services is being developed, and a contract may or may not result. Market research is being conducted to determine interest and capability of potential sources for this requirement. All future information about this acquisition, including the solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org. The North American Industry Classification System (NAICS) Code is 562111 (Small Business Administration Size Standard: $38,500,000 annually). Please answer the following questions on company letterhead: 1. Please indicate your business size in relation to the SBA size standard provided above. 2. Can your firm provide the services in compliance with the requirements listed in the draft Statement of Work? 3. Do you have any issues/questions/concerns with the draft Statement of Work? 4. Can your firm provide all inclusive "per pull" pricing to include all costs associated with container rental, waste pull, disposal fees, etc.? 5. Can your firm provide firm fixed unit prices (i.e., per haul pricing) for future contract periods (for example: a contract with a base year and four option years, equating a total of five years)? 6. Can your firm quote pricing in the next 4-6 weeks for a contract with an effective date of December 1, 2018? 7. How many calendar days does your firm need to prepare a quotation resulting from this solicitation? 8. Is your company registered, and active, in the System for Award Management (www.sam.gov)? 9. Please furnish the following information in reference to your firm: Company Name: DUNS number: Address: Point of Contact: Telephone Number: E-mail Address: I am extremely appreciative of the time you have taken to complete this questionnaire. Please email your response to jseratt@bop.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/15B11118Q00000001/listing.html)
 
Place of Performance
Address: Federal Correctional Institution, 1101 John A. Denie Road, Memphis, Tennessee, 38134, United States
Zip Code: 38134
 
Record
SN04875908-W 20180405/180403231255-478e319c4297e11119f64d617d66b365 (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.