Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2003 FBO #0674
SOLICITATION NOTICE

S -- DOMESTIC WASTE REMOVAL

Notice Date
9/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
2004-Q-01086
 
Response Due
10/21/2003
 
Archive Date
11/4/2003
 
Point of Contact
Brenda Goodwin, Contract Specialist, Phone (304)285-5882, Fax (304)285-6083, - Rex Wolfe, Jr., Contract Specialist, Phone (304)285-5883, Fax (304)285-6083,
 
E-Mail Address
bcg1@cdc.gov, rsw1@cdc.gov
 
Description
PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued unrestricted as Request for Quotation No. 2004-Q-01086. The NAICS is 562119 with a size standard of $10.5 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. SPECIFICATIONS: The National Institute for Occupational Safety and Health (NIOSH) in Morgantown, WV has a requirement for domestic waste removal for the NIOSH facility, 1095 Willowdale Road, Morgantown, WV for the period November 1, 2003 through September 30, 2004 (11 months). Service required is rental of one 34 cu. Yd compactor and pickup of the 34 cu. yd. compactor on a weekly basis. Compactor shall be removed from site, emptied at an approved dump site and returned to its original location. Payments shall be made monthly in arrears. CONTRACTOR SHALL PROVIDE PRICING FOR COMPACTOR RENTAL PER MONTH, COMPACTOR HAULING FEE PER TRIP AND LANDFILL TIPPING FEE PER TON. All prices shall be F.O.B. Destination. Offers will be evaluated to determine technical compliance with the specification and past performance. Your quotation must contain sufficient information to demonstrate compliance with all requirements included herein, or your offer may be rejected. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items (July 2003); 52,212-2, Evaluation -- Commercial Items (Jan 1999); 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2003). Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small business concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act ? Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.34, and Payment by Electronic Funds Transfer?Other than Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for clauses in full text. Forms are available at http://www.gsa.gov/forms. OFFERS ARE DUE Tuesday, OCTOBER 21, 2003, 2:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor quotation) with monthly pricing as specified above (rental, hauling, tipping fees); (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 (June 2003); (4) information which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are NOT authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All quotes must include a specified expiration time for the quote (60 days desired). Before the quote?s specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Simplified acquisition procedures will be utilized. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882 or by fax at (304) 285-6083. Submit quote to: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2004-Q-01086, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency.
 
Place of Performance
Address: 1095 Willowdale Road, Morgantown, WV
Zip Code: 26505
Country: USA
 
Record
SN00444682-W 20031002/030930213100 (fbodaily.com)
 
Source
FedBizOpps.gov 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.