SOLICITATION NOTICE
S -- Solid Waste Removal and Disposal for FCI Jesup, GA
- Notice Date
- 5/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-30703-0014-7
- Archive Date
- 12/1/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Federal Bureau of Prisons (BOP), Field Acquisition Office, Grand Prairie, TX intends to make a single award for the provision of Solid Waste Removal and Disposal services at the Department of Justice, Federal Bureau of Prisons, Federal Correctional Institution (FCI), Low Security Institution (FSL), and Federal Prison Camp (FPC) Jesup, located in Jesup, Georgia. The North American Industry Classification System (NAICS) Code is 562111 (Size Standard: $11.5 million). The Contractor is required to empty three (3) Government-owned 34 cubic yard compactors, and one (1) Government-owned 20 cubic yard open top container. The contractor will be responsible for disconnecting and reconnecting the receiver to the compactors. The Government-owned compactors are heavy duty industrial type Marathons. They have 10 horsepower, 3 phase, 208 volt, 29 ampere motors. The cylinders are a 6 inch bore and the stroke is 42 inches. The hydraulic disconnect is on the right and left hand side of the compactor. All damages to the receivers or compactors occurring during disconnecting, pulling, transporting, emptying, or reconnecting will be the responsibility of the contractor. Contractor must abide by all road weight restrictions. Any spillage of receiver contents during disconnecting, pulling, transporting, emptying, or reconnecting will be cleaned up by the contractor. The Contractor shall clean and sanitize each compactor prior to its return to the institution. The Contractor shall ensure that all trash/refuse is disposed of in accordance with Environmental Protection Agency, Federal, State, County, and Local laws and/or regulations. The expected trash-dumping destination for all refuse in this contract is the approved landfill for the Contractor. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. The contract periods will consist of a 12-month base period and four 12-month option periods for renewal with an estimated maximum of 260 pulls for the 34 yard compactors and 52 pulls for the 20 yard open top container per year. The removal and exchange of the 34 yard self-contained compactors from the FCI and FSL shall be accomplished twice weekly on Mondays and Thursdays and shall be between the hours of 5:00 a.m. and 6:30 a.m. The removal and exchange of the 34 yard self-contained compactors from the FPC and open top container shall be accomplished once weekly on Wednesdays, between the hours of 7:30 a. m. and 12:00 p. m. The solicitation will be available on/about June 20, 2007 and will be distributed solely through this website. Hard copies of the solicitation will not be available. The website provides downloading instructions to obtain all documents relating to this solicitation. All future information concerning this acquisition, including the solicitation and any subsequent amendments, will be distributed through the website. Interested parties are responsible for monitoring the website to ensure they have the most up-to-date information about the acquisition. The date for receipt of quotations is on/about July 18, 2007; however, this is a projected estimate and quoters should refer to Page 1 of the solicitation (Block #8) for the actual date quotations are due. Faith-Based and Community-Based Organizations can submit offer/bids/quotations equally with other organizations for contracts for which they are eligible. This solicitation is a total small business set-aside. All responsible small business concerns are encouraged to submit a quotation which may be considered. See Note 1.
- Place of Performance
- Address: FCI/FSL/FPC Jesup, 2600 Highway 301 South, Jesup GA
- Zip Code: 31599
- Country: UNITED STATES
- Zip Code: 31599
- Record
- SN01294783-W 20070517/070515220458 (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 |