Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

S -- SOLID WASTE COLLECTION

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1007Q0885
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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: proposals are being requested and a written solicitation will not be issued. The solicitation number is HSBP1007Q0885. This solicitation is being issued as a Request for Quote. The Department of Homeland Security, Bureau of Customs and Border Protection has a requirement for removal and disposal trash service at various locations. This requirement is solicited as SMALL BUSINESS set aside. NAICS code is 562111 with a size standard of 10.5 million. One firm-fixed price contract is anticipated to be awarded as a result of this solicitation. The term of the contract is from October 1, 2006 through September 30, 2007. The contract will have four one-year options, for the period of October 1, 2007 through September 30,2011. Full Service Removal and Disposal Trash Service: Container BASE QTY SIZE Frequency LOCATION Clin 0010 1 3-cubic yard weekly Comstock,TX Border Patrol Station Clin 0020 1 2-cubic yard weekly Comstock, TX Checkpoint Clin 0030 1 4-cubic yard weekly Del Rio, TX Firing Range Clin 0040 2 4-cubic yard bi-weekly Del Rio, TX Border Patrol Station Clin 0050 5 4-cubic yard weekly Del Rio, TX Sector Headquarters Container OPTION 1 QTY SIZE Frequency LOCATION Clin 0060 1 3-cubic yard weekly Comstock,TX Border Patrol Station Clin 0070 1 2-cubic yard weekly Comstock, TX Checkpoint Clin 0080 1 4-cubic yard weekly Del Rio, TX Firing Range Clin 0090 2 4-cubic yard bi-weekly Del Rio, TX Border Patrol Station Clin 0100 5 4-cubic yard weekly Del Rio, TX Sector Headquarters Container OPTION 2 QTY SIZE Frequency LOCATION Clin 0110 1 3-cubic yard weekly Comstock,TX Border Patrol Station Clin 0120 1 2-cubic yard weekly Comstock, TX Checkpoint Clin 0130 1 4-cubic yard weekly Del Rio, TX Firing Range Clin 0140 2 4-cubic yard bi-weekly Del Rio, TX Border Patrol Station Clin 0150 5 4-cubic yard weekly Del Rio, TX Sector Headquarters Container OPTION 3 QTY SIZE Frequency LOCATION Clin 0160 1 3-cubic yard weekly Comstock,TX Border Patrol Station Clin 0170 1 2-cubic yard weekly Comstock, TX Checkpoint Clin 0180 1 4-cubic yard weekly Del Rio, TX Firing Range Clin 0190 2 4-cubic yard bi-weekly Del Rio, TX Border Patrol Station Clin 0200 5 4-cubic yard weekly Del Rio, TX Sector Headquarters Container OPTION 4 QTY SIZE Frequency LOCATION Clin 0210 1 3-cubic yard weekly Comstock,TX Border Patrol Station Clin 0220 1 2-cubic yard weekly Comstock, TX Checkpoint Clin 0230 1 4-cubic yard weekly Del Rio, TX Firing Range Clin 0240 2 4-cubic yard bi-weekly Del Rio, TX Border Patrol Station Clin 0250 5 4-cubic yard weekly Del Rio, TX Sector Headquarters The Contractor shall provide all labor, material, transportation, training and supervision to remove all trash and debris from the various locations throughout the Del Rio Sector. The Contractor must obtain and maintain in effect all necessary permits and licenses required by Federal, State, or local government, or subdivisions thereof, or of any other duty constituted public authority. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-009. The following FAR clauses and provisions apply to this acquisition: FAR 52.204-7 Central Contractor Registration ;52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications ? Commercial Items; Offerors are requested to provide a completed copy of this provision with their offer. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 51.212-3 Offeror Representations and Certifications ? Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions/Commercial Items applies. 52.247-21 Contract liability for personal injury and or property damage. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition Supervision Labor and Materials. The following clauses within paragraph 52 .212-5(b) apply to this solicitation. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.225-13 Restriction on Certain Foreign Purchases and FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.217-9 Option to Extend the Term of the Contract. Contract Terms And Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal Acquisition Circular is available electronically from the following site: http://www.farsite.hill.af.mil. All Trash will be removed and lawfully disposed of in a proper facility. Any hazardous or toxic materials will be removed and lawfully disposed of in a legal manner so as not to harm the environment. SAFETY. The operations of these facilities are ongoing 24 hours a day 7 days a week. The Contractor will take necessary precautions and be prepared to work with the ongoing day-to-day activities that occur in the areas of the U.S. Border Patrol work areas. The Contractor will be responsible for the safety of his/her employees. Proper safety equipment will be used where necessary. SECURITY All U.S. Border Patrol Stations, checkpoints, range and Sector Headquarters are considered secure areas. All personnel who will work within these areas will be subject to a security check in order to perform work within these areas. Upon award, the contractor shall submit a list of name(s) of individuals assigned to the removal of trash. Individuals must be U.S. citizens or have a valid work permit. The list must include names, social security numbers and a copy of the individual?s driver?s license. Firms offering a response to this notice should ensure registration in the Central Contractor Registration database prior to submission for consideration. Offerors will have the opportunity to visit the site. For further information regarding the site visit please contact Robert Benavides Contracting Officers Technical Representative (COTR) at 830-778-7000 or Rosie Zaragoza-Santos Contract Specialist at 202-344-1821 or email rosie.zaragoza@dhs.gov. Offerors are requested to submit offers via e-mail, postal mail, or facsimile copies are acceptable at 202-344-1812. GENERAL EVALUATION INFORMATION (MAR 2003) Offerors shall provide at least three recent references for similar services provided (trash removal service). Include the organization name, address, phone number, point of contact. Offerors may be disqualified if no references are provided. The Government will award a contract resulting from this solicitation to the responsible offeror (as defined in FAR Part 9) whose offer conforms to the solicitation, meets the technical requirements and is the lowest priced and has favorable past performance. Quotes are due at the Procurement office on September 19, 2006, by 3:00 PM local time to the point of contact indicated below.
 
Place of Performance
Address: VARIOUS LOCATIONS, DEL RIO, TEXAS
Zip Code: 78840
Country: UNITED STATES
 
Record
SN01137503-W 20060910/060908220437 (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.