Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2007 FBO #1879
SOLICITATION NOTICE

S -- Refuse Collection and Off Site Disposal at Defense Distribution Center San Joaquin (DDJC), Sharep and Tracy Sites

Notice Date
1/16/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-07-R-0007
 
Response Due
2/2/2007
 
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 SP3100-07-R-0007 is being issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20061219 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2006-18. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. This requirement is solicited on an unrestricted basis pursuant to the Small Business Competitiveness Demonstration Program. The applicable NAICS code is 562111 with a size standard of 11.5 million. Quantity Variation-Price Adjustment: The quantities shown below represent the Government?s best known estimates. The contractor shall be paid for the actual services provided at the prices specified. If the Government requirements do not result in the amount described as estimated, such event shall not constitute the basis for an equitable price adjustment under the contract. If the Government requirements exceed the estimated amount the contractor shall notify the Contracting Officer immediately and withhold performance until additional funds are obtained. SCHEDULE OF SERVICES: Base Year ? Refuse Collection ? March 1, 2007 through February 28, 2008 CLIN 0001 Firm Fixed Priced-Curbside services for garbage, debris or both. Sharpe Site, Family Housing Area Only. Type III Containers. Qty Unit Unit Price Total Amount 100,000.00 Pound CLIN 0002 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 0003 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type II Containers. Qty Unit Unit Price Total Amount 900,000.00 Pound CLIN 0004 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 0005 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type II Containers. Qty Unit Unit Price Total Amount 500,000.00 Pound CLIN 0006 Recyclable Collection: Curbside service for recyclable items from Sharpe Site, Family Housing Area only. Type IV Containers. Qty Unit Unit Price Total Amount 12 Month OptionYear 1 ? Refuse Collection - March 1, 2008 through February 28, 2009 CLIN 1001 Firm Fixed Priced-Curbside services for garbage, debris or both. Sharpe Site, Family Housing Area Only. Type III Containers. Qty Unit Unit Price Total Amount 100,000.00 Pound CLIN 1002 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 1003 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type II Containers. Qty Unit Unit Price Total Amount 900,000.00 Pound CLIN 1004 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 1005 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type II Containers. Qty Unit Unit Price Total Amount 500,000.00 Pound CLIN 1006 Recyclable Collection: Curbside service for recyclable items from Sharpe Site, Family Housing Area only. Type IV Containers. Qty Unit Unit Price Total Amount 12 Month OptionYear 2 ? Refuse Collection - March 1, 2009 through February 28, 2010 CLIN 2001 Firm Fixed Priced-Curbside services for garbage, debris or both. Sharpe Site, Family Housing Area Only. Type III Containers. Qty Unit Unit Price Total Amount 100,000.00 Pound CLIN 2002 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 2003 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type II Containers. Qty Unit Unit Price Total Amount 900,000.00 Pound CLIN 2004 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 2005 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type II Containers. Qty Unit Unit Price Total Amount 500,000.00 Pound CLIN 2006 Recyclable Collection: Curbside service for recyclable items from Sharpe Site, Family Housing Area only. Type IV Containers. Qty Unit Unit Price Total Amount 12 Month OptionYear 3 ? Refuse Collection - March 1, 2010 through February 28, 2011 CLIN 3001 Firm Fixed Priced-Curbside services for garbage, debris or both. Sharpe Site, Family Housing Area Only. Type III Containers. Qty Unit Unit Price Total Amount 100,000.00 Pound CLIN 3002 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 3003 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type II Containers. Qty Unit Unit Price Total Amount 900,000.00 Pound CLIN 3004 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 3005 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type II Containers. Qty Unit Unit Price Total Amount 500,000.00 Pound CLIN 3006 Recyclable Collection: Curbside service for recyclable items from Sharpe Site, Family Housing Area only. Type IV Containers. Qty Unit Unit Price Total Amount 12 Month OptionYear 4 ? Refuse Collection - March 1, 2011 through February 28, 2012 CLIN 4001 Firm Fixed Priced-Curbside services for garbage, debris or both. Sharpe Site, Family Housing Area Only. Type III Containers. Qty Unit Unit Price Total Amount 100,000.00 Pound CLIN 4002 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 4003 Firm Fixed Priced-To include garbage, debris or both. Sharpe Site, Other Than Family Housing Area. Type II Containers. Qty Unit Unit Price Total Amount 900,000.00 Pound CLIN 4004 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type I Containers. Qty Unit Unit Price Total Amount 800,000.00 Pound CLIN 4005 Firm Fixed Priced-To include garbage, debris or both. Tracy Site. Type II Containers. Qty Unit Unit Price Total Amount 500,000.00 Pound CLIN 4006 Recyclable Collection: Curbside service for recyclable items from Sharpe Site, Family Housing Area only. Type IV Containers. Qty Unit Unit Price Total Amount 12 Month TOTAL PRICE FOR BASE AND OPTION YEARS: $_____________________ One firm-fixed price contract is anticipated to be awarded as a result of this solicitation. The term of the contract is from March 1, 2007 through February 28, 2008. The contract will have four one-year options, for the period of March 1, 2008 through February 28, 2012. Failure to submit a price for all CLINs and all option years may result in rejection of the proposal. DESCRIPTION OF SERVICES: The Defense Distribution Center San Joaquin (DDJC) CA, Tracy and Sharpe Sites has a requirement to provide all supervision, labor, material, equipment and transportation needed to perform the collection and off-depot disposal of refuse at DDJC Tracy and Sharpe sites in accordance with the performance work statement (PWS). NOTE: The PWS is available by contacting the contract specialist. SITE VISIT: Offerors are invited and urged to inspect the facilities before submitting a quote. Failure to obtain first hand information on conditions affecting performance will not relieve an offeror of the responsibility to perform. A site visit will be conducted January 22, 2007 at 9:00 AM, Defense Distribution Center San Joaquin (DDJC), Sharpe Site, 700 E. Roth Rd., French Camp CA 95231. Interested contractors should supply their name, company name and vehicle license number at least 24 hours in advance of the site visit to the DDJC point of contact, Andrew Russell, Phone 209-839-4189. Vendors will meet at the main gate and should be prepared to provide the following identification in order to receive a visitor?s pass: Valid Driver?s License, Vehicle Registration and Proof of Vehicle Insurance. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition along with the following addenda to this provision: Addenda to FAR 52.212-1-Instructions to Offerors-Commercial Items, Reference paragraph (c). This paragraph shall be tailored to read as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. To receive an award resulting from this solicitation, offerors MUST be registered in the DoD Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. The applicable wage determination information is as follows: Wage Determination No. 05-2067 REV (02) dated 9/7/2006 applies. DLAD 52.233-9000-Agency protests Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. (End of provision) DLAD 52.233-9001- Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel ( see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. ( End of provision ) FAR 52.212-2 Evaluation-Commercial Items applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible offeror using the lowest price technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-price factors. The following two (2) non-price factors shall be used to evaluate proposals: Factor 1-Technical capability to perform work identified in the Performance Work Statement and Factor 2-Past Performance. Factor 1 shall be evaluated on a (go/no go) basis. If a proposal has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated to determine if the offeror?s past performance history is satisfactory. An offeror who has submitted a technically acceptable proposal and who has been found to have a satisfactory past performance history will then have its proposal evaluated for the lowest price. Factor 1 Technical capability to perform work identified in the PWS. The minimum criteria for acceptability for this factor shall be the submission of the following information demonstrating the Contractor?s ability to perform: 1. Evidence that the offeror operates an established business with experience in providing comparable collection and disposal of refuse; 2. Evidence that the offeror can provide the necessary personnel, equipment and financial resources needed to perform in accordance with the PWS; 3. Resume of the contract manager who will be responsible for the performance under this contract indicating that this person is capable of reading, writing, speaking and understanding English. 4. Plan ensuring how the contractor will meet the collection schedule in the PWS and respond to missed pickups and customer complaints. Factor 2 Past Performance. By past performance the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely response. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. In evaluating an offeror?s past performance record, the Government will consider information in the offeror?s proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; Federal, State or Local Governments and/or commercial sources. The information provided should reflect similar contracts for the same or similar type service. The offeror shall provide: 1. Past experience for preferably three contracts that the offeror has performed within the past 5 years or is performing for projects similar in scope and size to the one described in the Government performance work statement to include the following information: (1) Company/Division Name (2) Project Title (3) Contract Number (4) Brief description of the contractual effort (5) Period of Performance (6) Contract Dollar Value (7) Current points of contact (include name, address, phone and fax numbers) 2. A list of any significant problems encountered for the contracts reported in response to paragraph (1) above. General examples are: employees not reporting to work on time and customer complaints, i.e., damaged property. Include also a brief description of how these problems were handled and remedied. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. Offerors must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://orca.bpn.gov. Failure to include this information with the price proposal will render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions/Commercial Items. The following clauses are addenda to FAR 52.212-4 Contract Terms and Conditions/Commercial Items: FAR 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) DFARS 252.201-7000 Contracting Officer's Representative (a) Definition. "Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. (End of clause) DLAD 5 52.228-9000 Insurance As prescribed in 28.310, insert the following clause: The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here: Workers? Compensation and Employer?s Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers? compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability ? Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors? proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (to include: 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, 52.232-36, Payment by Third Party, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires ? applicable employee classes: Truck Driver Heavy Truck, WG8-Monetary Wage-Fringe Benefits $20.45 hr. and Refuse Collector, WG2- Monetary Wage-Fringe Benefits $13.77 hr.; 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment), 52.225-13, Restriction on Certain Foreign Purchases, DFAR 252.212-7000 Offeror Representations and Certifications--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (to include: 252.205-7000, Provision of Information to Cooperative Agreement Holders, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7012, Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002, Requests for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea, 252.247-7024, Notification of Transportation of Supplies by Sea. All questions and inquiries should be addressed via email to the contract specialist, donna.kautz@dla.mil, reference Request for Proposal Number SP3100-07-R-0007. Pricing, Representations/certifications and non-price information must be received NLT 3:00 PM Eastern Time, February 2, 2007. This information can be submitted via email at the above address, facsimile 717-770-7591 or mail: Defense Distribution Center, DDC-AB, Attn Donna Kautz, J Avenue, Building 404, New Cumberland PA 17070.
 
Place of Performance
Address: Defense Distribution Center San Joaquin (DDJC), Sharpe and Tracy Sites, CA
Zip Code: 95206
Country: UNITED STATES
 
Record
SN01211851-W 20070118/070116220034 (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.