SOLICITATION NOTICE
S -- Scrap Wood Collection Bins
- Notice Date
- 6/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
- ZIP Code
- 17070-5001
- Solicitation Number
- 61071002
- Response Due
- 6/23/2006
- Archive Date
- 9/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution San Joaquin, (DDJC) Tracy, CA has a requirement for (6) six fifty cubic yard scrap wood collection bins. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 effective May 19, 2006 and DFARS DCN 20060519 edition. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System ( NAICS) code is 562111 and the associated size standard is 500 employees to be classified as a small business concern. Line item 0001- estimated 312 loads @ $___________ each= $_________. Description: Scrap-Wood removal Includes pallets, crates, spools and other various size and types of lumber, all pieces of wood used for packing and crating, pieces of wood used in construction, and sawdust. Contractor will provide (6) six 50 CY scrap-wood collection bins. The contractor?s collection bins will be loaded by government personnel and equipment. The estimated of loads is 312, the contractor shall be paid for actual number of loads removed. The contractor is responsible for removing the woodpiles at Tracy and Sharpe facilities. The contractor shall provide all supervision, personnel, and equipment needed to remove and transport off-depot deposit recyclable scrap-wood at Defense Distribution San Joaquin (DDJC), and Sharpe site. The anticipated period of performance is one (1) year after receipt of contract. Upon arrival the Recycling staff and your Driver will weight your truck. Weight will be annotated on a Shipment Receipt Delivery Pass (DLA 1367). After the truck has been loaded it will be weighed again (gross weight minus tare weight equals quantity released), annotated on the DLA 1367, along with the number of tons loaded, and signed by your Driver and Recycling staff. Drivers must have proof of insurance coverage and valid CA driver?s license at all times. Contractor must comply with all Recycling, Safety, Environmental, and Security regulations and laws. The following FAR clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/ FAR provision 52.212-1, Instructions to Offerors -- Commercial Items. Applies to this acquisition. FAR provision 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The Government will award one contract as a result of this solicitation. Award will be based on the lowest price quotation received. Contractors are required to include a complete copy of the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. A statement that the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside, 52.219-14, Limitations on Subcontracting, 52.222-19, Child Labor?Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, 52.232-36, Payment by Third Party, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, All responsible small business concerns may submit a propel that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. Wage Determination No.: 1994-2067, Revision No.: 25, Dated 05/24/2006. Proposal due date and time is June 23, 2006 at 3:00 P.M. Price proposal maybe submitted via one of the following methods: Email: cheley.auguste@dla.mil, or facsimile to 717-770-7591 Failure to submit all the above requested information may result in the proposal being eliminated from consideration for award. For information regarding this solicitation, contact Cheley Auguste, Contract Specialist, Phone: 717-770-4011.
- Place of Performance
- Address: Defense Distribution San Joaquin,(DDJC)Tracy Site: 25600 S. Chrisman Rd, Tracy, CA,and Shape Site: 700 Roth Road, French Camp, CA
- Zip Code: 95331
- Country: US
- Zip Code: 95331
- Record
- SN01066492-W 20060611/060609220103 (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 |