Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2004 FBO #1081
SOLICITATION NOTICE

S -- Refuse Collection Disposal Service DFAS San Bernardino

Notice Date
11/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Acquisition Services, Columbus, 3990 East Broad Street, Columbus, OH, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-05-R-0002
 
Response Due
11/24/2004
 
Archive Date
12/9/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis solicitation for commercial services prepared in accordance with the formate in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal are beiing requested and a written solicitation will not be issued. HQ0423-05-R-0002 is issued as a request for proposal (RFP). To obtain a copy of the RFP contact Cheri Bowell, Contract Specialist, 614-693-1975 or email cheri.bowell@dfas.mil. This requirement is 100% set-aside for small business and the small business zise standard is 10.5 MIL. The Statement of Work is as follows: REFUSE COLLECTION DISPOSAL SERVICE 1. SCOPE OF WORK. The contractor shall provide all personnel, equipment, materials, tools, supervision, facilities, and transportation necessary to collect and properly dispose of refuse for building #1 and #4 at Defense Finance and Accounting Service ? San Bernardino (DFAS-SB) Operating location. The contractor shall perform to the standards in the contract. 1.1 PROJECT LOCATION: DFAS-SB, 111 E. Mill Street, San Bernardino, CA 92408-1621. 1.2 POINT OF CONTACT (POC): The POC is A.J. Jackson, telephone number 909-382-3152. 2.0 VEHICLES 2.1 Vehicles shall be in operable conditions and meet local, state and federal safety requirements. 3.0 CONTAINERS 3.1 The contractor shall provide bulk containers as specified in Technical Exhibit I. 3.2 All containers shall be leak proof and serviceable. 3.3 The containers may have labels for container contents and safety messages. 3.4 All bulk containers, which are mounted on wheels, shall have a positive braking/locking devise to prevent inadvertent movement. 4.0 COLLECTION 4.1 Frequency of pickup shall be in accordance with Technical Exhibit I. Collection shall be made between the hours of 7:00 AM and 4:00 PM. Collection operations outside these hours require written approval of The Contracting Officer?s Representative (COR). 4.2 Upon notification from the Contracting Officer?s Representative (COR), within two days, the contractor shall supply a 40 yard (YD) roll-off to contain quantities beyond normal amounts. Charges will be made to the On-Call Roll-off Line Item of the contract on each occurrence of emptying service. 4.3 The contractor agrees to dispose of collected refuse in conformity with applicable federal, state, and municipal requirements. The contractor is solely liable for failure to do so. 5.0 POSITIONING OF CONTAINERS 5.1 The contractor shall position all bulk containers at collection stations to best aid the user in disposal of refuse. The contractor shall also position containers to ensure free access and thoroughfare, minimizing interference with adjacent parking lots, sidewalks, roadways, loading docks, overhead utilities, and other potential obstructions. 5.2 When more than one container is positioned at one collection station, the contractor shall position the containers as close together as feasible, for user convenience and organized appearance. 5.3 The contractor shall immediately pickup any and all contractor spillage. TECHNICAL EXHIBIT I - COLLECTION STATION SCHEDULE BUILDING ? 1 and 4, QUANTITY ? 7 total, PICKUP - 5 times/Weekly (Monday-Friday), TYPE - 3YD Rubbish The resulting contract will be for one base year and include four option years. The base period of performance is t be Jan 1, 05 through Sep 30, 05 with inspection and acceptance at destination, FOB destination. If you have any questions please contact Cheri Bowell at 614-693-1975 or email at cheri.bowell@dfas.mil.
 
Place of Performance
Address: DFAS San Bernardino, CA
 
Record
SN00706308-W 20041111/041109212336 (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.