Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2007 FBO #1980
SOLICITATION NOTICE

S -- Solid Waste Collection

Notice Date
4/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
20024480
 
Response Due
5/10/2007
 
Archive Date
5/25/2007
 
Description
The U.S. Customs and Border Protection, Border Patrol, Tucson Sector has a requirement for solid waste disposal. This requirement is being awarded under FAR 13.5 and will result in a firm-fixed price award. This solicitation is being issued as a Request for Quote number 20024480. Quotes are being requested and written solicitation will not be issued. This requirement is full and open competition and only qualified offerors may submit bids. The NAICS code is 562111 with a standard size of $11.50. This Request for Quote is for four locations in southern Arizona, see Statement of Work. The anticipated contract will be for a base period from the date of award to 09/30/07, plus four one-year options. All offerors must quote a price for the base period and the four one-year options. The following factors shall be used to evaluate offers: 1) Price, 2) Technically Acceptable, 3) Past Performance. Each quote will be evaluated independently. Wage Determination No. 05-2025 REV (02) is incorporated into this solicitation. Contractors are required to identify their company?s business size via their representations and certifications. All offerors must be registered in the Central Contractor Registry (CCR) to be eligible for award. All vendors will be responsible for obtaining the solicitation and any subsequent amendments. All offerors must provide quote via email or fax to: 520.748.3148. All quotes must be received to Contracting Office on May 10, 2007 by 4:00 PM Pacific Time. All responsible sources should submit a response to Lorie Derr, Customs and Border Protection, Border Patrol, Tucson Sector HQ, 2430 South Swan Road, Tucson, AZ 85711; or email to: Lorie.Derr@dhs.gov; or may fax to: 520.748.3148. BASE YEAR (date of award) to 09/30/07 LOCATION 1: DOUGLAS Border Patrol Station: 1608 Kings Highway South Douglas, AZ 85607 FIVE (5) six-yard dumpster, service two X week 5 MO $_________ $___________ LOCATION 2: DOUGLAS Border Patrol Station GARAGE: 1051 Lawrence Avenue Douglas, AZ 85607 ONE (1) four yard dumpster, service two X week 5 MO $________ $___________ ONE (1) thirty-yard Rolloff ? ON CALL ONLY 1 Per Call $___________ (IDIQ). A minimum two (2) per year or a maximum of six (6) per year. LOCATION 3: NACO Border Patrol Station: 2136 Naco Highway Bisbee, AZ 85603 ONE (1) four-yard dumpster, service two X week 5 MO $________ $___________ THREE (3) six-yard dumpsters, service two X week 5 MO $________ $___________ LOCATION 4: SONOITA Border Patrol Station: 3057 Highway 82 Sonoita, AZ 85637 TWO (2) eight-yard dumpster, service two X week 5 MO $________ $___________ UNSCHEDULED/EMERGENCY PICKUP ON AS NEEDED BASIS for all locations for dumpsters. A minimum two (2) per year or a maximum of six (6) per year. (IDIQ) Location 1: Douglas Station 1 EA $________ $___________ Location 2: Douglas Garage 1 EA $________ $___________ Location 3: Naco Station 1 EA $________ $___________ Location 4: Sonoita Station 1 EA $________ $___________ OPTION YEAR ONE: 10/01/07 ? 09/30/08 LOCATION 1: DOUGLAS Border Patrol Station: 1608 Kings Highway South Douglas, AZ 85607 FIVE (5) six-yard dumpster, service two X week 12 MO $_________ $___________ LOCATION 2: DOUGLAS Border Patrol Station GARAGE: 1051 Lawrence Avenue Douglas, AZ 85607 ONE (1) four yard dumpster, service two X week 12 MO $________ $___________ ONE (1) thirty-yard Rolloff ? ON CALL ONLY 1 Per Call $___________ (IDIQ). A minimum two (2) per year or a maximum of six (6) per year. LOCATION 3: NACO Border Patrol Station: 2136 Naco Highway Bisbee, AZ 85603 ONE (1) four-yard dumpster, service two X week 12 MO $________ $___________ THREE (3) six-yard dumpsters, service two X week 12 MO $________ $___________ LOCATION 4: SONOITA Border Patrol Station: 3057 Highway 82 Sonoita, AZ 85637 TWO (2) eight-yard dumpster, service two X week 12 MO $________ $___________ UNSCHEDULED/EMERGENCY PICKUP ON AS NEEDED BASIS for all locations for dumpsters. A minimum two (2) per year or a maximum of six (6) per year. (IDIQ) Location 1: Douglas Station 1 EA $________ $___________ Location 2: Douglas Garage 1 EA $________ $___________ Location 3: Naco Station 1 EA $________ $___________ Location 4: Sonoita Station 1 EA $________ $___________ OPTION YEAR TWO: 10/01/08 ? 09/30/09 LOCATION 1: DOUGLAS Border Patrol Station: 1608 Kings Highway South Douglas, AZ 85607 FIVE (5) six-yard dumpster, service two X week 12 MO $_________ $___________ LOCATION 2: DOUGLAS Border Patrol Station GARAGE: 1051 Lawrence Avenue Douglas, AZ 85607 ONE (1) four yard dumpster, service two X week 12 MO $________ $___________ ONE (1) thirty-yard Rolloff ? ON CALL ONLY 1 Per Call $___________ (IDIQ). A minimum two (2) per year or a maximum of six (6) per year. LOCATION 3: NACO Border Patrol Station: 2136 Naco Highway Bisbee, AZ 85603 ONE (1) four-yard dumpster, service two X week 12 MO $________ $___________ THREE (3) six-yard dumpsters, service two X week 12 MO $________ $___________ LOCATION 4: SONOITA Border Patrol Station: 3057 Highway 82 Sonoita, AZ 85637 TWO (2) eight-yard dumpster, service two X week 12 MO $________ $___________ UNSCHEDULED/EMERGENCY PICKUP ON AS NEEDED BASIS for all locations for dumpsters. A minimum two (2) per year or a maximum of six (6) per year. (IDIQ) Location 1: Douglas Station 1 EA $________ $___________ Location 2: Douglas Garage 1 EA $________ $___________ Location 3: Naco Station 1 EA $________ $___________ Location 4: Sonoita Station 1 EA $________ $___________ OPTION YEAR THREE: 10/01/09 ? 09/30/10 LOCATION 1: DOUGLAS Border Patrol Station: 1608 Kings Highway South Douglas, AZ 85607 FIVE (5) six-yard dumpster, service two X week 12 MO $_________ $___________ LOCATION 2: DOUGLAS Border Patrol Station GARAGE: 1051 Lawrence Avenue Douglas, AZ 85607 ONE (1) four yard dumpster, service two X week 12 MO $________ $___________ ONE (1) thirty-yard Rolloff ? ON CALL ONLY 1 Per Call $___________ (IDIQ). A minimum two (2) per year or a maximum of six (6) per year. LOCATION 3: NACO Border Patrol Station: 2136 Naco Highway Bisbee, AZ 85603 ONE (1) four-yard dumpster, service two X week 12 MO $________ $___________ THREE (3) six-yard dumpsters, service two X week 12 MO $________ $___________ LOCATION 4: SONOITA Border Patrol Station: 3057 Highway 82 Sonoita, AZ 85637 TWO (2) eight-yard dumpster, service two X week 12 MO $________ $___________ UNSCHEDULED/EMERGENCY PICKUP ON AS NEEDED BASIS for all locations for dumpsters. A minimum two (2) per year or a maximum of six (6) per year. (IDIQ) Location 1: Douglas Station 1 EA $________ $___________ Location 2: Douglas Garage 1 EA $________ $___________ Location 3: Naco Station 1 EA $________ $___________ Location 4: Sonoita Station 1 EA $________ $___________ OPTION YEAR FOUR: 10/01/10 ? 09/30/11 LOCATION 1: DOUGLAS Border Patrol Station: 1608 Kings Highway South Douglas, AZ 85607 FIVE (5) six-yard dumpster, service two X week 12 MO $_________ $___________ LOCATION 2: DOUGLAS Border Patrol Station GARAGE: 1051 Lawrence Avenue Douglas, AZ 85607 ONE (1) four yard dumpster, service two X week 12 MO $________ $___________ ONE (1) thirty-yard Rolloff ? ON CALL ONLY 1 Per Call $___________ (IDIQ). A minimum two (2) per year or a maximum of six (6) per year. LOCATION 3: NACO Border Patrol Station: 2136 Naco Highway Bisbee, AZ 85603 ONE (1) four-yard dumpster, service two X week 12 MO $________ $___________ THREE (3) six-yard dumpsters, service two X week 12 MO $________ $___________ LOCATION 4: SONOITA Border Patrol Station: 3057 Highway 82 Sonoita, AZ 85637 TWO (2) eight-yard dumpster, service two X week 12 MO $________ $___________ UNSCHEDULED/EMERGENCY PICKUP ON AS NEEDED BASIS for all locations for dumpsters. A minimum two (2) per year or a maximum of six (6) per year. (IDIQ) Location 1: Douglas Station 1 EA $________ $___________ Location 2: Douglas Garage 1 EA $________ $___________ Location 3: Naco Station 1 EA $________ $___________ Location 4: Sonoita Station 1 EA $________ $___________ STATEMENT OF WORK Contractor shall provide all labor, travel, materials, fee charges, equipment and supervision to remove all solid waste in accordance with locations, size of containers and schedules. The Government may delete or add locations with a 30-day notice to the Contractor. PERMITS AND LICENSES: The Contractor shall obtain and maintain in effect all necessary permits and licenses required by Federal, State, or Local government, or subdivision thereof, or of any other duty constituted public authority. The Contractor shall obey and abide by all applicable laws and ordinances pertaining to these services. SCHEDULE: Solid waste shall be removed and disposed of on a regular set schedule one to two times a week i.e. every Tuesday or Wednesdays & Fridays. The schedule will be coordinated with the Contracting Officer Technical Representative (COTR). INDEFINITE DELIVERY/INDEFINITE QUANTITY UNSCHEDULED PICKUP: Unscheduled debris removal and disposal for pick-up of a trash container will be initiated by the COTR. The Contractor will schedule pick-up the next work day between 7:00 a.m. and 9:00 a.m. Monday through Friday (with the exception of Government holidays). Next day service is imperative to avoid backup of scheduled service. (a) Minimum order. The Government requires a minimum quantity of two unscheduled pickup in one option year period. (b) Maximum order. The Government requires a maximum of six unscheduled pickup per option year. CONTRACT WORK REQUIREMENTS: The Contractor shall remove all trash from all dumpster on the schedule concurred between the Contractor & COTR. If removal schedule occurs on a federal holiday, the trash and debris removal shall be completed on either the workday before or after the holiday. The Contractor shall dispose of such trash in at an authorized disposal site in accordance with the Contractor?s permit or license and in accordance with disposal regulations. The Contractor shall provide the trash containers or dumpsters and will be place in the locations agreed upon by the Contractor and the COTR. The Contactor?s employees shall not separate and/or segregate trash on the Government?s premises. The Contractor shall clean up small particles of trash and debris scattered as a result of his operations. The Contractor shall identify all vehicles used in the performance of the service with the name/logo of the company for vehicle identification of the vehicle. COMPLIANCE WITH LAWS, ORDINANCES AND REGULATIONS: The Contractor agrees that in the performance of the work under this contract: 1. The Contractor shall comply with all local laws, ordinances and regulations regarding sanitation and solid waste disposal. 2. The Contractor will not create any litter at loading locations, during any transportation, and or at disposal locations. 3. The Contractor will clean up hydraulic fluid leaks and/or spills caused by Contractor?s equipment while on Government property?s property. The clean up shall be in compliance with Federal EPA, state and local regulations. The Contractor will furnish monoxide eliminator on all packers? trucks and vehicles used to remove the compactors and containers. 4. The Contractor agrees that solid waste will be collected and disposed of only at incinerators, landfills, or other facilities, which are approved by EPA as being in conformance with existing Federal Regulations, including any amendments. SAFETY STANDARDS: A. Work Environment: 1. The Contractor shall safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations, activities and 2. Avoid interruptions of Government operations in the performance of this contract. B. Responsibility for Government Property: If due to the fault, negligent acts (whether of commission or omission) and/or dishonesty of the Contractor or its employees, any Government-owned or controlled property is lost or damaged as a result of the Contractor?s performance of this contract, the Contractor shall be responsible to the Government for such loss or damage and the Government, at its option, may in lieu of payment thereof, require the Contractor to replace at his own expense, all property lost or damage.
 
Place of Performance
Address: 2430 South Swan Road, Tucson AZ
Zip Code: 85711-6565
Country: UNITED STATES
 
Record
SN01282759-W 20070429/070427220440 (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.