SOLICITATION NOTICE
99 -- Trash and Green Waste Collection
- Notice Date
- 1/31/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- PWR - HALE Haleakala NP National Park Service P.O. Box 369 Makawao HI 96768
- ZIP Code
- 96768
- Solicitation Number
- Q8895080001
- Response Due
- 2/21/2008
- Archive Date
- 1/30/2009
- Point of Contact
- Tekla Vines Contracting Officer 8085724486 tekla_s_vines@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
- N/A
- Description
- Description Garbage and Green Waste Pick up and Disposal A) This is a combined synopsis and solicitation for commercial items (services) 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is Q8895080001 and is issued as a Request for Quotation (RFQ). Quotes must be provided for the base year and one option year. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-23. The North American Industry Classification systems (NAICS) code is 562111. The Size standard is $11.5 mil. This solicitation is unrestricted. C) DESCRIPTION OF REQUIREMENTS: 1. Overall contract Period of Performance April 1, 2008 - March 31, 2009 with one Option Year. 2. General - The contractor shall provide the necessary personnel, facilities, services, materials, and equipment, including containers, and transportation to pick up trash and green waste trimmings from the USS Arizona Memorial, Honolulu, Hawaii, and disposal at an approved disposal site. This requirement of solid waste collection and disposal service will cover the period of one base year, anticipated to start on or about April 1, 2008, with potential for one option year as follows: a. One six cubic yard container for commercial type garbage and debris. The container shall be located at the Maintenance area of the Park. The normal collection schedule shall be daily, Monday through Saturday, between the hours of 5:30 AM and 8 AM. Thanksgiving, Christmas and New Year's excluded. Est. qty. 311 ea./year b. One ten cubic yard container for green waste collection. The container shall be located at the Maintenance area of the Park. The normal collection schedule shall be once a month, upon request of the COR between the hours of 5:30 AM and 8 AM. Qty. 12 ea. /year 3. Maintenance of Garbage Containers a. The contractor shall maintain the containers in a manner that will reflect credit upon the National Park Service (NPS) and upon the Contractor. All holes or other defacements will be repaired in compliance with all applicable sanitation codes immediately and repainted, if needed to prevent further damage. Covers, lids; handles and hinges shall be repaired promptly when needed. b. The NPS will not be responsible for damage to the contractor's containers; specifically, NPS will not be held responsible for damage as a result of vandalism or act of malicious mischief upon the part of outsiders to the maintenance area. 4. Selection of Disposal Facility - The selection of the disposal facility is the responsibility of the contractor. Garbage shall be disposed of outside of the Park in conformance with all applicable Federal, State and Local regulations. 5. Dumping Fees - All dumping fees are to be paid by the contractor and are not reimbursable. However, if dumping fees increase during the duration of the contract period, those increases shall be documented in writing to the COR and shall be incorporated into the contract as a modification. 6. Personnel Qualifications - The contractor's personnel who will perform these services shall have the following minimum qualifications: a. Qualified and licensed to operate contractor's equipment b. Neat in appearance and orderly in manner 7. Equipment Requirements - Contractor's vehicles shall be equipped to prevent leakage of liquids or other waste materials while collecting and transporting garbage and green waste. Contractor shall be responsible for collecting any materials and trash spilled from the vehicle or at collection sites when spillage occurs as a result of contractor's negligent acts, fault or omissions. 8. Payment - Contractor shall submit monthly itemized invoices. Payments will be made subject to the Prompt Payment Act Clause (thirty days). D) CONTRACT LINE ITEM NUMBERS (CLINS). Offerors: Provide your quote for Garbage Pick up and Disposal Services in the following format: BASE YEAR April 1, 2008 through March 31, 2009 0001 Pick-up and Disposal Charge $______ x 311 ea = $__________ (6 CY bin) 0002 Pick-Up and Disposal of Green Waste (10 CY bin) $_______ x 12 ea = $__________ Subtotal for Base Year $__________ OPTION YEAR April 1, 2009 thru March 31, 2010 0003 Pick-up and Disposal Charge $______ x 311 ea = $__________ (6 CY bin) 00004 Pick-Up and Disposal of Green Waste (10 CY bin) $_______ x 12 ea = $__________ Subtotal for Option Year $___________ Grand Total $___________ E) SUBMITTAL OF QUOTATIONS 1) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotes from offerors may be submitted on company letterhead or the Standard Form 1449 and must include at a minimum the following information: RFQ NUMBER (see Paragraph B); Current rate sheet of disposal fees; TIME SPECIFIED FOR RECEIPT OF QUOTES (February 21, 2008, by 3:30pm, HST); Company Name, Address, Telephone and Fax Numbers, E-mail of; Pricing information in the format specified in paragraph D); and any discount terms. Quotation shall also contain PAST PERFORMANCE REFERENCES: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years (Provide the company name, point of contact, phone number and fax number, and e-mail). The contractor is advised that the Government will contact the references provided; therefore, the references should be knowledgeable of the offeror's performance on that contract. Quotation shall include a signed statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). 2) Submit quotations to: Contracting Officer, Haleakala National Park, P.O. Box 369, Makawao, Hawaii 96768, or by FAX to Contracting Officer, (808) 572-4488. 3) In order to receive an award, the vendor must be registered at http://www.ccr.gov and at http://ideasec.nbc.gov and https://orca.bpn.gov/. To register at these sites be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Include your company's DUNS number on the submitted quotation. 4) Amendments to this RFQ will be posted in the same manner as the RFQ. It is the contractor's responsibility to monitor the website. The Government reserves the right to cancel this solicitation. Please submit all questions by e-mail to tekla_s_vines@nps.gov. F) EVALUATION OF OFFERS 1.) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a) Price; and b) Past Performance. a. Price will be evaluated by adding the total price for all Base Year Line Items to the total price for the Option Year. b. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: a) Timeliness of Performance; b) Quality of Work; and c) Business Relations. c. Award will be made to the lowest-priced, technically acceptable Offeror (price and past performance combined). 2) Options (if included in the Schedule). 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). G) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed on-line at www://orca.bpn.gov. The FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 16, 18, 19, 31, and 36 , and paragraph (c) clause 1. Other clauses include: 52.217-8. Option to Extend Services; 52.217-9. Option to Extend the Term of the Contract; 52.252-2, Clauses Incorporated by Reference
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2813040)
- Place of Performance
- Address: USS Arizona Memorial, Honolulu, Hawaii
- Zip Code: 96818
- Country: US
- Zip Code: 96818
- Record
- SN01497519-W 20080202/080131224858 (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 |