SOLICITATION NOTICE
S -- SOLID WASTE SERVICES
- Notice Date
- 6/19/2020 1:09:10 PM
- Notice Type
- Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
- ZIP Code
- 87104
- Solicitation Number
- 140A2320Q0260
- Response Due
- 6/19/2020 12:00:00 AM
- Archive Date
- 07/04/2020
- Point of Contact
- Johnson, Mary Jane
- E-Mail Address
-
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
- Awardee
- null
- Description
- SOLID WASTE SERVICES FOR SHERAN INDIAN SCHOOL THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 14.80.201. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE, Sherman Indian School, 9010 Magnolia Ave, Riverside, CA, 92503. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This acquisition is set aside 100% Indian Small Business Economic Enterprise (ISBEE). In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is __56211_________. DESCRIPTION: Contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision and incidentals necessary to provide refuse (trash collection) which includes, pick-up, haul, dump, and cleaning of waste receptacles and disposal of the entire eighty-eight (88) acre campus. Contractor shall provide the school a signed ticket entailing a service pickup. Contractor shall ensure there is no spillage on the school campus at any time. If there is spillage, immediate cleanup must be enforced. Monthly Trash Collection hours is between 8:00 A.M to 5:00 P.M. LN Product No. Description Refuse Pick UP 1 Solid Waste Pickup-up 2 times week per the table below, September 2020 � August 2021. 2 Solid Waste Pickup-up 2 times week per the table below, September 2021 � August 2022. 3 Solid Waste Pickup-up 2 times week per the table below, September 2022 � August 2023. 4 Solid Waste Pickup-up 2 times week per the table below, September 2023 � August 2024. 5 Solid Waste Pickup-up 2 times week per the table below, September 2024 � August 2025. SERVICE SCHEDULE SEPTEMBER-MAY 14 active bins Waste/Recycle Bin Type and Capacity Number of Bins Location Pick-up Requirements 3 Cubic Yard Bin 1 Gym Parking Lot 3x's per week 3 Cubic Yard Bin 2 Wauneka Dormitory 3x's per week 3 Cubic Yard Bin 2 Wigwam Dormitory 3x's per week 3 Cubic Yard Bin 1 Facility Mngt. 3x's per week. 3 Cubic Yard Bin 2 Winona Dormitory 3x's per week 3 Cubic Yard Bin 2 Ramona Dormitory 3x's per week 3 Cubic Yard Bin 2 Cafeteria 3x's per week SUMMER SERVICE SCHEDULE JUNE - JULY 4 active bins) Waste/Recycle Bin Type and Capacity Number of Bins Location Pick-up Requirement 3 Cubic Yard Bin 1 Gymnasium 1 x's per week 3 Cubic Yard Bin 2 Ramona Dormitory 1 x's per week 3 Cubic Yard Bin 1 Facility Management 1 x's per week. Unscheduled bins drop-off during the Year: Waste/Recycle Bin Type and Capacity Number of Bins Location Pick-up Requirements 40 Cubic Yard Roll Off Bin 6x's a year Will-call Bins onsite no more than two weeks, Monthly Refuse Pickup Sub-Total $ _____________ Monthly Refuse Service Pickup 2 pickups, 1 at each location. BIE, Sherman Indian School, 9010 Magnolia Ave, Riverside, CA, 92503. Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ STATEMENT OF WORK SOLID WASTE SERVICES SHERMAN INDIAN HIGH SCHOOL SCOPE DESCRIPTION � Requesting solid waste collection services at the Sherman Indian High School campus. The contractor shall provide complete solid waste material collection services under the statement of work (SOW) to include pick-up, haul, dump, and cleaning of waste receptacles on the government site. Collection services shall be performed throughout the eighty-eight (88) acre campus at various locations across campus. Services provided should be consistent with all safeguards and regulations applicable to both schools in California and residential environments serving minors. CONTRACTOR REOUIREMENTS General Requirements: 1. The contractor shall provide solid waste collection services. The contractor shall provide an all-inclusive rate for waste collection services to include, but not limited to, travel, labor, and equipment. 2. Containers (bins) shall be standard commercial industry type of heavy gauge metal construction and designed for mechanized handling. The contractor's name and local phone number shall be prominently displayed on the containers. The contractor shall replace any damaged lids for all bins, as identified and reported by the COR. All lids to the bins shall be closed each time the bins are emptied and set back down in place. Contractor Tasks: The contractor shall provide solid waste collection services two times per week. See the table below for pick-up schedule: The Contracting Officer Representative (COR) and the Point of Contact (POC) are the only individuals authorized to schedule pick-ups. Routine services shall be performed during the school site regular working hours Monday through Friday from 8 a.m. to 11:30 a.m. When it is necessary to perform work outside of the school, regular working hours the contractor shall notify the COR at least forty-eight (48) hours in advance. SERVICE SCHEDULE SEPTEMBER-MAY 14 active bins Waste/Recycle Bin Type and Capacity Number of bins Location Pick-up Requirements 3 Cubic Yard Bin 1 Gym Parking Lot 3x's per week 3 Cubic Yard Bin 2 Wauneka Dormitory 3x's per week 3 Cubic Yard Bin 2 Wigwam Dormitory 3x's per week 3 Cubic Yard Bin 1 Facility Mngt. 3x's per week. 3 Cubic Yard Bin 2 Winona Dormitory 3x's per week 3 Cubic Yard Bin 2 Ramona Dormitory 3x's per week 3 Cubic Yard Bin 2 Cafeteria 3x's per week SUMMER SERVICE SCHEDULE JUNE - JULY 4 active bins) Waste/Recycle Bin Type and Capacity Number of bins Location Pick-up Requirement 3 Cubic Yard Bin 1 Gymnasium 1 x's per week 3 Cubic Yard Bin 2 Ramona Dormitory I x's per week 3 Cubic Yard Bin 1 Facility Mngt. I x's per week. Unscheduled bins drop-off during the Year Waste/Recycle Bin Type and Capacity Number of bins Location Pick-up Requirements 40 Cubic Yard Roll Off Bin 6x's a year Will-call Bins onsite no more than two weeks, Contractor Vehicles: The contractor shall use vehicles designed explicitly for refuse collection, which do not permit the loss of refuse. The contractor shall have sufficient equipment for the performance of the service. Removal and Disposal: Removal time and frequency may be altered to meet the needs of the government. Refuse disposal methods shall follow Federal, State, and Local government health and sanitation codes and regulations to include Environmental Protection Agency (EPA) regulations. If two or more provisions conflict, the contractor shall adhere to the more stringent of the rules. The disposal of waste shall be in a legally and environmentally safe manner. The contractor shall provide written documentation for an approved landfill that meets all Federal, State and Local regulations. Cleanliness of Collection Area: Collection stations shall be left in a neat and orderly manner. All solid waste in the vicinity of the collection areas, including spillage and debris left in the area by the contractor, shall be picked up by the contractor. Minimum Qualifications: The contractor shall ensure that drivers have a valid driver's license. The contractor shall meet the Environmental and OSHA requirements; be under Executive Order 134.23, Strengthening Federal Environmental, Energy, and Transportation Management; and be in compliance with the Environmental Management System (EMS) required by EPA. The contractor shall also ensure that drivers are familiar with the government's compactor. Workplace Safety: 1. Due to the nature of the educational environment of the facility and daily operations, all work shall be under common safe work practice according to OSHA for Safety and Health Programs to prevent accidents or injuries. 2. The contractor shall comply with all applicable Federal laws, and with such additional measures, the COR may determine to be necessary. The contractor is required to implement a ZERO INJURY PROGRAM for these services. 3. Safety and Security. Contractor Employee Identification. All drivers must wear identifying apparel with the company logo visible, the contractor's logo shall be visible on all vehicles used in the performance of this service. Review and Approval: The COR or POC shall review and approve services during the duration of the scheduled work (i.e., COR will notify the contractor when bin lids are not closed or damaged and when debris has fallen out of the bin during pick-up and not cleaned up; etc.). END OF STATEMENT OF WORK (SOW) Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation � Commercial Items(Oct 2014), FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (June 2020); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52-222-41 Service Contract Labor Standards; FAR 52.222-42- Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/50b7f9f3ca2b4918bac866f7b815c6d1/view)
- Place of Performance
- Address: 9010 Magnolia Ave, Riverside, CA 92503, USA
- Zip Code: 92503
- Country: USA
- Zip Code: 92503
- Record
- SN05696930-F 20200621/200622142803 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |