Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2007 FBO #2174
SOLICITATION NOTICE

S -- S-Recycling

Notice Date
11/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574080008
 
Response Due
12/13/2007
 
Archive Date
11/6/2008
 
Point of Contact
Traudel (Trudy) Haney Contract Specialist 3073442086 trudy_haney@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574080008. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-19 and 2005-20 Effective on September 17, 2007 and September 6, 2007 and are available in full text through Internet access at http://acquisition.gov/far/index.html. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. This solicitation is subject to the Small Business Competitiveness Demonstration Program and is subject to full and open competition. To be considered, responsive offerors must be registered in the Central Contractor Registration (CCR) database and On-line Representations and Certifications Application (ORCA) database. You may register for CCR and ORCA at the following websites. http://www.bpn.gov/ccr/scripts/index.html. If you have any questions you may call them direct at a toll free number within U.S. 1-888-227-2423, outside U.S. 1-269-961-5757. ORCA is located at www.bpn.gov. Please note that registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for award. The North American Industry Classification System (NAICS) code is 562920 and the business size standard is 11.5 million. STATEMENT OF WORK: Yellowstone National Park requires the following requirements for this acquisition: All responsible sources may submit an offer which shall be considered by the agency. During an average year, the park will generate over 800 tons of recyclable commodities. This proposal will include collection and transport of all recyclables collected in specialized bins located throughout the park. The collection points for these commodities are located throughout the two million acres of YNP. There are approximately 21 sites in the park. During the summer months (April through October) each of these sites must be serviced weekly. During the winter months, servicing occurs biweekly at Mammoth Hot Springs and Tower junction only. The proper processing of all commodities collected is the responsibility of the contractor. All proceeds generated from the redemption of the commodities will be the property of the contractor. Five commodities are to be collected and transported out of the park; steel, aluminum, paper, plastic (#1 and #2), and glass. The contractor will also be responsible maintaining the sites, ensuring they are clean and free of all debris. All collection bins (total of 62) are owned and maintained by Yellowstone National Park. DELIVERY will be 01January 2008. Base Award with Four (4) option years. LINE ITEM NUMBER 0001 RECYCLING BASE YEAR (January 1, 2008 - September 30, 2008) (QUANTITY) 1 (UNIT OF ISSUE) Lump Sum TOTAL COST $ _______________. LINE ITEM NUMBER 0002 RECYCLING OPTION YEAR 1 (October 1, 2008 - September 30, 2009) (QUANTITY) 1 (UNIT OF ISSUE) Lump Sum TOTAL COST $ _______________. LINE ITEM NUMBER 0003 RECYCLING OPTION YEAR 2 (October 1, 2009 - September 30, 2010) (QUANTITY) 1 (UNIT OF ISSUE) Lump Sum TOTAL COST $ _______________. LINE ITEM NUMBER 0004 RECYCLING OPTION YEAR 3 (October 1, 2010 - September 30, 2011) (QUANTITY) 1 (UNIT OF ISSUE) Lump Sum TOTAL COST $ _______________. LINE ITEM NUMBER 0005 RECYCLING OPTION YEAR 4 (October 1, 2011 - September 30, 2012) (QUANTITY) 1 (UNIT OF ISSUE) Lump Sum TOTAL COST $ _______________. SOLICIATION/CLAUSES INCORPORATED: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.217-8 Option to Extend Services (Nov 1999) 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) 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 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 Five (5) years. (End of clause) 52.219-8, Utilizaiton of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.232-19 Availability of funds for the Next Fiscal Year - FISCAL YEAR 2008 only; 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) Service Contract Wage Determination applies to this solicitation and may be obtained via http://www.wdol.gov/ listed under Wage Determination No.: 2005-2587 Revision No.: 3; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. QUOTES ARE DUE for this combined synopsis/solicitation on December 13, 2007 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Facsimile Quotations are acceptable with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company official. All questions regarding this solicitation should be faxed to Traudel L. Haney, 307-344-2079. Email questions are acceptable at trudy_haney@nps.gov. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2735431)
 
Place of Performance
Address: Yellowstone National Park - Wyoming
Zip Code: 821900168
Country: United States of America
 
Record
SN01448680-W 20071109/071107224322 (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.