Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2006 FBO #1831
SOLICITATION NOTICE

38 -- This is a solicitation for Concrete and Asphalt Recycling. Inorganic recycling (crushing) of concrete and asphalt.

Notice Date
11/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-T-0005
 
Response Due
12/13/2006
 
Archive Date
2/11/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of commercial service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-T-0005 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in e ffect through Federal Acquisition Circular 2005-13 and DCN 20061004. This requirement is unrestricted (open to any business size). The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http://farsite. hill.af.mil. Telephonic inquires will not be accepted. A NAICS Code of 238910 and a corresponding size standard of$13M. The description of the commercial services is for Concrete and Asphalt Recycling Services and reads as follows: CLIN 0001 Inorganic recycling (crushing) of concrete and asphalt. CLIN 0002: 1 each Contract Manpower Report. See below for Services Contract Manpower Reporting Requirement. Past Performance information is required in accordance with the format contained in the attachments t o this quote, available at the Fort Lewis Web Site: http://www.lewis.army.mil.doc/ Any contract entered into resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449. Statement of work is as follows: * For site visit and direction: Contacted MAJ Centeno at robert.j.centeno@conus.army.mil Time of operation Monday  Friday, 0730-1600 Holidays Excluded. * Estimated Tonnage: Concrete 3,500 Tons Asphalt 3,500 Tons 1.0 BASIC WORK. Provide all management, tools, supplies, equipment and labor necessary to furnish, deliver, install, and operate a fully operational industrial concrete and asphalt crusher at Landfill No. 5, Fort Lewis, WA. Work shall comply with Gover nment and commercial standards. 1.1 SPECIFICATIONS AND DESCRIPTION OF WORK. The following list of Federal, State, and local regulations pertaining to the above described work, are not all inclusive; AR 200-1 Environmental Protection and Enhancement AR 385-30 Safety Color Code Markings and Signs. Clean Water Act 40 CFR Part 503, 40 CFR Part 257 Occupational Safety and Health Administration Act Department of Transportation Regulations Resource Conservation and Recovery Act Washington Industrial Safety and Health Administration Chapter 173-350 of the Washington Administrative Code  Solid Waste Handling Standards 1.2 DESCRIPTION OF WORK. The contractor will be responsible for furnishing and installing all peripherals such as conveyor systems, materials handling and processing equipment (machinery and vehicles), etc. required to crush stockpiled waste concrete an d asphalt into a product suitable for use in road maintenance and construction projects. 1.2.1 All stockpiled concrete and asphalt debris at Landfill #5 will be located on top of the ground. 1.2.2 The crusher must be capable of producing aggregate from steel reinforced concrete, concrete block, brick, and asphalt from the demolition of building, foundations and other similar structures. The equipment must be capable of producing an aggregate from 1 inch up to 8 inches in diameter. The contractor will be required to produce aggregate of 1 inch minus sieve size with fines. The end product will be used for road maintenance or other construction related uses. 1.2.3 Rebar and wire mesh in the reinforced concrete must be removed to the greatest extent possible. 1.2.4 End product acceptance is subject to approval by the Governments Project Manager(s) (Mr. Ken Smith or Mr. Ron Norton). Examples will be provided upon request. 1.2.5 The Contractor will be responsible for metal recovery from the aggregate end product. All metals will be removed and di verted from landfill disposal when feasible. Ferrous metals will be removed from the processed aggregate and put into a recycling dumpster (government furnished) to be disposed of as scrap metal through the Defense Marketing and Reutilization Office (DRMO ) 1.3 EQUIPMENT. The equipment will meet all Federal, State, and local government rules/regulations, and standards relating to ambient air quality and air pollution controls. Provide the means for dust suppression at the site as necessary. 1.4 SUPPORT REQUIREMENTS. Provide support services for all equipment. Be responsible for moving waste concrete and asphalt to the crusher and end product to predetermined stockpile locations. Ensure that all construction and installation is properly completed and that the plant is operational and meets all applicable functio nal specifications. Provide the manpower necessary to operate and maintain the equipment, including the peripheral equipment. The Government will furnish the following: " The specific location (site) for the crusher operation. " Any site specific information deemed necessary to complete the plant operation. " A 30 cubic yard open-top container for recyclable metal. " Access to on-site restroom facilities for contractor use during operating hours. " Access Keys. " Unrestricted access to truck scales. 1.5 WORK HOURS. Normal work hours are from 0730 to 1600, Monday through Friday except Federal holidays. 1.6 SAFETY. All work and materials used will be in compliance with the provisions of the U.S. Department of Labor, Occupational Safety and Health Act. 1.7 CONTRACT PERIOD. The contractor will be required to commence work within 7 calendar days of Notice to Proceed, diligently process the work, and complete the work not later than 90 days after award. 1.8 INSPECTION AND ACCEPTANCE. Final payment will be withheld pending inspection and acceptance of the end product, and work site by the Governments Project Manager (Mr. Ken Smith or Mr. Ron Norton). " Estimated Tonnage of Material: 3500 Tons Estimated Concrete & 3500 tons Estimated Asphalt material. " Site Visits: 29 Nov to 14 December Nov 0800-1600 hrs. Delivery time shall be no later than 90 days after the receipt of award to the Public Works, Environmental Services Division, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. SERVICES CONTRACT MANPOWER REPORTING REQUIREMENT ( for CLIN 0002) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including sub-contractor manpower) required for performance o f this contract. The contractor is required to completely fill in all information in the format using the following address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contr acting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor emp loyee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Co de (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United S tates and nearest city, country, when in an overseas location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 month s ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct ZML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance may be evaluated using a Perfor mance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performa nce information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Pro vision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar te rms are used in this solicitation or any provision, they shall be read to mean quote, quotation,quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bid s. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor volun tarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Access Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hour s. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial v ehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for deli very, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing gre ater than 12'-5 inch clearance) will require a time stamped searched label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that the ir vehicle is over 12'-5 inch in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Fo rce Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contracto r vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate o r the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. Local clause 52.111-4132 states: a. Each employee who requires access to Fort Lewis to perform work under any contract, at a ny tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Main (Liberty) Gate or the Logistics Center Gat e (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor employees if the contractor participates in the Fa st Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide information as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check ( CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any set-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adv erse, a fast access identification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification b adge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee does n ot meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reaso n (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required ti me frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Government installation because he/she does not have the required identification badge or visitors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badges are issued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such loss, theft, or reproduction is disc overed, followed by a written report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identificatio n badge while performing work under the contract. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be used for access to any Government installation except for performance of work under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor will be notified by the Contracting Officer as to whether the fast access identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerc e definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to th is acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-9, 52.225-13, and 52.232-33. FAR clauses 52.219-6, Notice of Total Small Business Set-Aside is applicable. Wage Determinat ion 05-2567, Revision 01 for Pierce County, Washington is applicable to this acquisition, at www.wdol.gov . The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http://farsite.hill.af.mil. Telephonic inquires will not be accepted. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. The minimum sa lient characteristics for CLIN 0001 are: Concrete and Asphalt Recycling Service-Inorganic Recycling (crushing) of concrete and asphalt (refer to the Statement of Work) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Exe cutive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225.7001, 252.225-7012, 252.232-7003, 252.243-7002. The complete text of the Feder al Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: 52.252-2 Clause Incorporated by reference (1998): Quotes are due on December 13, 2006 at 11:00:00 A.M. Pacific Daylight T ime. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to MAJ Robert Centeno, robert.j.centeno@conus .army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http: //www.lewis.army.mil/doc. Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01188024-W 20061201/061129220645 (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.