SOLICITATION NOTICE
56 -- Scrap Aluminum
- Notice Date
- 10/31/2008
- Notice Type
- Sale of Surplus Property
- NAICS
- 331315
— Aluminum Sheet, Plate, and Foil Manufacturing
- Contracting Office
- General Services Administration, Office of Small Business Utilization, OED-TX, 819 Taylor Street, Suite 1E13A, Fort Worth, Texas, 76102
- ZIP Code
- 76102
- Solicitation Number
- 71QSCS-08-807(TC)Amended
- Archive Date
- 12/5/2008
- Point of Contact
- Lavida L. Barnes,, Phone: (817) 978-0800
- E-Mail Address
-
lavida.barnes@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- RETURN WITH BID SALE OF GOVERNMENT PROPERTY--BID AND AWARD INVITATION FOR BIDS NO 71QSCS-08-807(TC) Amended ISSUED BY: General Services Administration (7QSCC) Room 13A05, 819 Taylor Street Fort Worth, TX 76102 ADDRESS YOUR BID TO: General Services Administration (7QSCC) Invitation No. 71QSCS-08-807(TC) Bid Opening: November 20, 2008 @ 2 PM 819 Taylor Street, Room 13A05 Fort Worth, TX 76102 FOR INFORMATION CONTACT BIDS WILL BE OPENED AT Place, date and time) Ericka Grim ericka.grim@gsa.gov 817-574-2361 General Services Administration Room 13A05, 819 Taylor Street Fort Worth, TX 76102 November 20, 2008 - 2:00 p.m. (Local time at place of bid opening) Sealed bids for purchasing any or all items listed on the accompanying schedule will be received at the place designated above until the date and time specified above and at that time publicly opened. SUBJECT TO: (1) The General Sales Terms and Conditions, SF 114C, (April 2001 edition) incorporated herein by reference; and such sale terms and conditions incorporated herein by reference. BID (This section to be completed by the Bidder) In compliance with the above, the undersigned offers and agrees, if the Bid is accepted within 10 calendar days (60 calendar days if no period is specified by the Government or the Bidder, but not less that 10 calendar days in any case) after date of Bid opening, to pay for and remove the property. The total amount of the Bid(s) is __________% and within ten (10) days after notice of award the successful bidder shall furnish a performance bond in the amount of in the amount of $ 2000. BIDDER REPRESENTS THAT: (Check appropriate boxes) Bidder __ has, __ has not, inspected the property on which he/she is bidding. Bidder __ is, __ is not, an __ individual or a __ small business concern. (See CFR, Title 13, Chapter 1 Part 121, Sec. 121.3-9, for the definition of small business.) (Complete the following only if the total amount of the bid(s) exceeds $25,000.) (a) Bidder __ has, __ has not, agreed to pay any company or person (other that a full-time, bona fide employee working solely for the Bidder) any fee, commission, percentage or brokerage fee, contingent upon or resulting from the award of this contract. (b) Bidder ___agreed, ___does not agree, to furnish information relating to use of a company or person in securing or soliciting contract as requested by the Contracting Officer. (For interpretation of the representation, including the term "bona fide employee," see CFR, Title 41, Subpart 101-45.3.) NAME AND ADDRESS OF BIDDER (Street, city, state & ZIP Code) SSN/TIN (MANDATORY): TELEPHONE NUMBER: SIGNATURE OF PERSON AUTHORIZED TO SIGN THIS BID SIGNER'S NAME & TITLE DATE OF BID ACCEPTANCE BY THE GOVERNMENT (This section for Government use only) ACCEPTED AS TO ITEM(S) NUMBERED UNITED STATES OF AMERICA BY (Contracting Officer) DATE OF ACCEPTANCE TOTAL AMOUNT CONTRACT NUMBER(S) GS07QSC08TC807 NAME AND TITLE OF CONTRACTING OFFICER Ericka Grim Sale Contracting Officer STANDARD FORM 114 PRESCRIBED BY GSAFPMR (41 CFR) 101-45.3 BID SHEET - RETURN WITH BID SALE OF GOVERNMENT PROPERTY--ITEM BID PAGE--SEALED BID IFB NUMBER 71QSCS-08-807(TC) ITEM NO. ARTICLES FOR SALE QUANTITY (No. of Units) UNIT OF MEASURE PERCENT BID PER UNIT Estimated Annual Generations NASA/JOHNSON SPACE CTR. 001 SCRAP ALUMINUM 10,000 LBS % (Consisting of approximately 80% turnings and 20% solids) SCOPE OF CONTRACT: This invitation is for bidders who wish to submit bids for the purchase and removal of accumulations of surplus personal property consisting of scrap aluminum as specified herein form Government owned and/or operated premises offered in this invitation. The contract period will begin on December 1, 2008 and end on November 30, 2009. The Government has the unilateral right to renew the contact each year for a total of 4 renewals. This contract may not exceed 5 years (including the first primary year). Award under this contract only grants the successful bidder rights to all scrap aluminum products he/she bid on that are generated in the award designated locations within the center. Estimated tonnage of the offered missed scrap aluminum is based on the best available information to the Government at the time of issuance of this invitation. The Government does not guarantee this estimate. Payments will be based on actual weight delivered. Description of Services: The contractor shall provide all management, supervision, labor, materials, supplies and equipment (except as specifically designated "provide by the Government") and shall plan, schedule, coordinate and ensure effective completion of all contract requirements described herein. Bid: In order to determine award prices for the types of materials to be removed the Government will use the September monthly average for scrap aluminum, in the Houston market listed in the "American Metal Market," PO Box 7701, Riverton, NJ 08077-7701, as published on the internet. This will be multiplied times the percentage bid times the estimated quantity for the location as listed on this bid sheet. Example: $(September amount) x % bid x 10,000 = est. contract award value. This is for award purposes only - amounts to be paid by the contract will be determined on actual quantities of material removed from the location awarded. Performance Bond: Within ten (10) days after notice of award the successful bidder shall furnish a performance bond in the amount of Two Thousand Dollars ($2000). (See page 5) This offering--U.S. General Services Administration Sale No 71QSCS-08-807(TC) is subject to the General Sale Terms and Conditions (Standard Form 114C, April 2001). A copy of this form is available from the sales office. Contract Disputes. Contracts awarded under this solicitation are subject to the Contract Disputes Act of 1978 (41 USC 601-613), as amended. Copies of the current contract disputes clause are available from the sales office. Submission of Bid. The "Bid" Section of SF 114 of this Invitation for Bids must be completely filled out. If the bidder is a corporation or a partnership, the full name of the firm, the signature of the person authorized to sign, and his full title must be shown. If the total bid exceeds $25,000, the bidder agrees to furnish, prior to award, information as requested by GSA concerning any contingent fee arrangement. See Code of Federal Regulations (CFR, Title 41, Section 101-45.313.3). Bids mailed via the U.S. Postal Service, and Hand carried bids, those dispatched via rapid mail services and couriers: Bidder's Name Bidder's Address General Services Administration (7QSCC) Invitation No. 71QSCS-08-807(TC) Bid Opening: November 20, 2008 @ 2 PM 819 Taylor Street, Room 13A05 Fort Worth, TX 76102 Telegraphic Modifications of Bids. Telegraphic modifications of bids must be received prior to the time set for bid opening and are to be sent to the applicable address listed above. No Bid Responses. "No Bid" responses are not required to be submitted for this sale for a person or firm to be eligible to continue to receive sales offerings. Notification of Sale Results. Successful bidders will be notified by mail. Bid results will not be furnished via telephone. To receive a list of award prices, please enclose a self-addressed, stamped envelope with the bid form. You may also call our office to obtain the results (see page 1). Default: The Government may, terminate the whole or any part of this contract. Payment is due within 15 days after notification of amount due. Failure to pay for and remove within the specified time will result in possible termination of the contract and liquidated damages, in the amount of 20% or $200 whichever is greater, to be assessed. See Article 9 of SF144C for details. Forms of Payment. Payment is restricted to the following instruments: US currency; bank cashier's check; credit union cashier's check issued by a Federal or State chartered credit union; U.S. Postal Service or commercial money order; travelers checks; properly endorsed Federal, State, or local government checks; Master Card, VISA, Discover Card, and American Express. Certified checks and bank drafts are not acceptable. A personal or company check will be accepted only when accompanied by a bank letter guaranteeing payment. This letter must be on bank letterhead and must state (1) that payment is guaranteed, (2) that the guarantee is valid for 30 days after receipt in the Sales Office, and (3) that the guarantee covers the purchase of U.S. Government personal property only. A bank official authorized to guarantee payment must sign the letter. A sample letter appears below. Bank Letterhead Date U.S. General Services Administration Attn: Collection Officer 819 Taylor Street, Rm 13A05 Fort Worth, TX 76102-6105 This letter will introduce John Doe, with Company Name who has an account with our bank. Our bank will guarantee checks written by John Doe against the account to the U.S. General Services Administration (GSA) in payment for personal property purchased in GSA's sale on (sale date). This guarantee covers any amount up to a total of (dollar amount) and is valid for 30 days after receipt in the Sales Office. (Signature) Title (President, Vice-President, or loan officer) State Sales and/or Use Tax: Purchasers of Federal personal property may be subject to payment of a State sales and/or use tax. The U.S. Government is not responsible for collection of State taxes. Purchasers may obtain information from a State tax office. Sales and/or use tax officials are permitted to examine records of Federal personal property sales to determine tax liability. Performance Bond: Within ten (10) days after notice of award the successful bidder shall furnish a performance bond on US Standard Form 25, for the faithful performance of the contract, in the amount of Two Thousand Dollars ($2000). Such bond shall remain in full force until ninety (90) days after the final date of the contract period. The successful bidder will not be permitted to begin performance until such time as the bond has been received. In lieu of the Standard Form 25, the contractor may post a cash bond. Cash bonds can be in the form of a cashier's check, personal or company check made payable to General Services Administration (GSA). PERSONAL AND/OR COMPANY CHECKS MUST BE ACCOMPANIED BY A BANK LETTER OF GUARANTEE. CHECKS RECEIVED WITHOUT THIS LETTER WILL NOT BE ACCEPTED. Sample appears above. Sales to Government Employees: GSA employees and members of their immediate household, or their agents, may not bid on Federal personal property. An employee of another agency may bid if he/she is not prohibited from doing so by agency regulation. Bidders Indebted to the Government: The bidder warrants, by signing the bid, nondelinquency in paying for previous purchases of Federal personal property, including any debt administratively found due. Indebted bidders may be ineligible for contract awards. Social Security Number (SSN) or Tax Identification Number (TIN). In accordance with Public Law No. 104-134, Section 31001, Debt Collection Improvement Act of 1996, (SSN/TIN) must be provided by anyone conducting business with the Federal Government, from which a debt to the government may arise. This information will be safeguarded in accordance with the Privacy Act. Bid(s) without the SSN or TIN will be considered non-responsive and will not be considered for award. Inspection: Bidders are encouraged to inspect the facilities and to investigate the removal and security requirements. Reporting Discrepancies/Hazardous Materials: Prospective purchasers are asked to inform the sales office of any discrepancies in the property descriptions discovered while inspecting the property and of any lots in this sale that contain hazardous material/waste not indicated in the property descriptions. Purchaser is cautioned that articles or substances of an inflammable, toxic, or explosive nature may remain in the property notwithstanding the care exercised to remove same. Purchaser agrees to assume full responsibility and liability for such property and does hereby discharge the Government from any and all liability directly or indirectly resulting therefrom. The Purchaser also agrees to indemnify and hold the Government harmless from any and all claims arising therefrom or incident thereto. Area Covered: The contract that results from this IFB will apply to the removal of all applicable Scrap Aluminum, from the NASA/Johnson Space Center, Houston, Texas. Term of Contract: Contract will be effective from December 1, 2008 through November 30, 2009, with four one year renewals if mutually agreeable between the Seller and the Contractor. This contract may not exceed 5 years. The Seller will notify the Contractor by letter thirty (30) days prior to the termination of the contract if a renewal is acceptable; the Contractor will indicate his acceptance or non-acceptance by signing and returning the original letter to the Seller. Method of Establishing Monthly Prices: A billing price per pound/long ton will be determined each month for the scrap metal removed during that month. The percentage figure bid will be multiplied by the price quoted under American Metal Market Scrap Aluminum Price Averages for that month. The resulting figure will be multiplied by the pound/long ton removed minus the truck and container weight noted prior to removal. Trucks and containers to be delivered for scrap collection must be weighted prior to removal. Filled trucks and containers must be weighed after pickup to determine actual weight of scrap to be removed. Net weights will be converted to pounds (weight of one ton =2,240 lbs.) for billing purposes. Collection Schedule and Unscheduled Pickup: The Government prescribes each location from which the contractor/dumpster is to remove accumulations of property, and may at any time change such schedule, add additional removal days, or require specials removals (for example in the event of sever weather) such locations may be vacated or changed or other locations added. The actual accumulation may vary as to quality and/or quantity. The contractor may be called upon to make unscheduled pickups from any location in addition to those within the boundaries covered by this contract. Containers: Containers in good condition with covers or tarps and plugs must be provided immediately after award. Due to environmental requirements, the containers must be sealed and non-leaking. Containers must be in good condition with no visible deterioration due to rust. Covers or tarps should be supported to avoid accumulation of rainwater. The number of containers required may change as generations of items vary during the term of the contract. The Purchaser must provide containers adequate for the collection of Scrap Iron & Steel and may elect to furnish several containers. Removal: The Government WILL NOT furnish equipment, supplies and/or labor to effect removal of the property. All such equipment, supplies and labor are to be furnished by the Contractor(s). At the time of each pick up, all Scrap Aluminum must be removed to the satisfaction of the Property Officer. Time of removal of scrap is to be coordinated with the Property Officer. In general, removal should be scheduled so that it can be completed either between the hours of 8:00 a.m. thru 12:00 noon, or between 1:00 p.m. thru 3:00 p.m., except on Saturdays, Sundays, and holidays. Firearms, ammunitions, tools, and other equipment that is inconsistent with security will not be allowed on the premises. Notice of Availability: The Property Officer, or his representative, will notify the Purchaser(s) by telephone of the availability of items to be picked up under this contract. The Purchaser(s) will be required to make pickup within two (2) days after notification. The Property Officer will attempt to accumulate scrap in truckload quantities if the Purchaser(s) so desires. Receipt: At the time of EACH removal, the Property Officer will require the Purchaser(s) or his authorized representative, to sign for property removed. The receipt will include the following information: (1) Type of conveyance and/or number of containers; (2) Term sale and sale item number; (3) Brief description of the property; and (4) Date of removal. The Property Officer will furnish the Purchaser(s) a copy of the receipt. Weight Tickets: The Purchaser(s) shall furnish the Property Officer or his representative, weight tickets at his own expense, obtained from bonded scales (selected by the Property Officer) within 24 hours after pick up is completed. Invoices: The Property Officer will furnish weight tickets of each removal receipt to: General Services Administration (7QSCC), Room 13A05, 819 Taylor Street, Fort Worth, Texas 76102-6105, before the fifth (5th) day of the month following pick up. If the pickup for the month is NEGATIVE, please respond as such. Laws and Ordinances: The Purchaser(s) shall comply with all applicable laws, ordinances, and regulations (Federal, State, County, City, or otherwise), covering his/her operations under the contract. The Purchaser(s) shall provide a signed certification stating that the Purchaser's facility and operations are in compliant with Texas Commission on Environmental Quality regulations for managing scrap metal and storm water discharges from scrap metal operations. The Purchaser(s) must also allow representatives of the Government, or its designated representative, to conduct an on-site audit for the purposes of evaluating regulatory compliance of any of the Purchaser's facilities where the Government's scrap metal is consolidated, collected, recycled, or otherwise managed." Special Notice: In addition to the Terms and Conditions of this invitation for bids, bids are also subject to GSA Form 2166, Service Contract Act of 1965, January 1966 edition, incorporated in this invitation by reference. Estimated Quantities: No guarantee is made or implied that the estimated quantities will become available. Generations in this contract might be irregular. However, it is understood and agreed that the Seller will be obligated to sell all the scrap covered by the IFB to the Contractor (s), and they will purchase all such scrap. Tie Bids: When two or more bids are tied, the award will be determined by the drawing of lots 24 hours after bid opening. Drawing will be held in the office of the General Services Administration (7QSCC), Room 13A05, 819 Taylor Street, Fort Worth, Texas 76102. Interstate Commerce Act: Attention is invited to the fact that the Interstate Commerce Act makes it unlawful for anyone other than those duly authorized pursuant to the Act to transport this property in Interstate Commerce for hire. Anyone aiding or abetting in such violation is a principal in committing the offense. (49 USC 301-327 and 18 USC 2.). CONTRACT WILL BE EFFECTIVE December 1, 2008 - November 30, 2009, SUBJECT TO RENEWAL OPTIONS (not to exceed 5 years total). U.S. General Services Administration Personal Property Sales (7QSCC) Room 13A05, 819 Taylor Street Fort Worth, TX 76102 Official Business Penalty For Private Use, $300 Term contract offer for Scrap Aluminum at NASA Johnson Space Center
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11457cb6e94b436d13c4aacb8736ed96&tab=core&_cview=1)
- Place of Performance
- Address: General Services Administration, 819 Taylor Street, Room 13A05, Fort Worth, Texas, 76102, United States
- Zip Code: 76102
- Zip Code: 76102
- Record
- SN01699089-W 20081102/081031214652-11457cb6e94b436d13c4aacb8736ed96 (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 |