Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

S -- Barnegat Light, NJ Trash Collection

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG-08-Q-3PA021
 
Response Due
8/17/2007
 
Archive Date
9/1/2007
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. HSCG27-08-Q- 3PA021 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-18. The applicable NAICS number is 562111 and the small business size standard is $11.0M. This is an unrestricted procurement; the Small Business Set Aside has been waived. The FOB Destination delivery is to: USCG Station Barnegat Light, NJ, on or before: 10/1/2007. Offers are due at: USCG ISC Portsmouth, 4000 Coast Guard Blvd, Portsmouth, VA 23703-2199, by the Close of Business on 8/17/2007. Questions may be directed to Dale Kendrick, telephone 757-483-8541. 1. The USCG ISC Portsmouth has a requirement to purchase: Provide all services, labor, materials and equipment necessary to remove all trash (solid waste) and cardboard recycling accumulated by U.S. Coast Guard Station Barnegat Light and Station Housing. The addresses of the Units are: USCG Station Barnegat Light 601 Bayview Avenue Barnegat Light, NJ 08006 Station Housing 20 West 6th Street Barnegat Light, NJ 08006 2. Contractor will provide a total of three (3) metal, painted and leak free proof containers with lids. One (1) eight cubic container for recycling and one (1) four cubic yard container for trash will be placed at Station Barnegat Light. One (1) four cubic yard container will be placed at the Station housing for trash. The period of performance of this service will be from a period of 01 Oct 07 to 30 Sep 08 (and for four option years, as per PR). The container must be able to hold all generated solid waste completely in itself without overflowing until it is emptied (Tuesdays and Fridays each week). 3. Contractor shall pick up (empty) the solid waste and recycling receptacles twice a week Tuesday and Friday between the hours of 7:30 a.m. and 3:30 p.m. The Contractor shall contact the Station Officer of the Day (OOD) prior to arriving to ensure that the area housing the one (1) four cubic yard and one (1) eight cubic yard containers at Station Barnegat Light is unlocked. No pickups are scheduled for weekends or federal holidays. In the event the scheduled pickup occurs on a federal holiday, the pickup will occur of the next business day. Recognized Federal Holidays: New Year?s Day, Martin Luther King Day, President?s day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, Thanksgiving Day and Christmas Day. 4. Contractor shall exchange all used receptacles with clean ones to prevent insect infestation. The time frame for exchange is late April ? early May and late October - Early November. 5. The POC for the Unit is SK1 Joseph Naame at (609) 494-2661 Ext. 325. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are addenda to this clause. . FAR 52.214-22, FAR 52.217-5, FAR 52.228-5, FAR 52.237-1, FAR 52.244-6. FAR 52.249-4, and FAR 52.249-8 applies FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41, Service Contract Act of 1965, as Ammended (Jul 2005); 52.222-43, Fair Labor Standards Act and Service Contract ? Price Adjustment (Multiple Year and Option Contracts)(Nov 2006)52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332); The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Place of Performance
Address: USCG Station Barnegat Light, 601 Bayview Ave, Barnegat Light, NJ
Zip Code: 08006
Country: UNITED STATES
 
Record
SN01354483-W 20070729/070727220642 (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.