Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2009 FBO #2862
SOLICITATION NOTICE

S -- GREASE TRAP SERVICES - RFQ

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Justice, Bureau of Prisons, USP Pollock, PO Box 1000, 1000 Airbase Road, Pollock, Louisiana, 71467
 
ZIP Code
71467
 
Solicitation Number
RFQPO5190900014
 
Archive Date
10/30/2009
 
Point of Contact
Kerry L. Roberts, Phone: 3185615308, Delbert C. Grigsby, Phone: (318) 561-5310
 
E-Mail Address
k4roberts@bop.gov, dgrigsby@bop.gov
(k4roberts@bop.gov, dgrigsby@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK RFQ AND CLAUSES Combined Synopsis/Solicitation for Grease Trap Services SUBJECT: The Facilities Department at Federal Correctional Complex, Pollock, Louisiana which includes United States Penitentiary (USP), Federal Correctional Institute (FCI), and Federal Prison Camp (FPC) requires a contractor to remove grease and food waste from the institutions grease traps at these locations. This solicitation is a Firm-Fixed Price, Commercial Items, Single Award Contract. Award will be made to a responsible contractor who can provide their services in accordance with this solicitation and set forth in this Statement of Work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. PERIOD OF PERFORMANCE: The period of performance shall begin on October 1, 2010 through September 30, 2011. PLACE OF PERFORMANCE: The place of performance is the Federal Bureau of Prisons, Federal Correctional Complex, Pollock, located at 1000 Air Base Rd. Pollock LA, 71467. The grease traps are located at the rear docks of the USP, FCI and FPC. SCHEDULE: Contractor will be required to perform removal services of grease and food waste approximately every sixteen (16) weeks between the hours of 730 a.m. and 2:00 p.m. local time on weekdays, excluding Federal Holidays. Work to be completed in 3 consecutive days. The Contracting Officer will issue delivery orders on a quarterly basis. SUPPLIES Contractor will provide a licenced truck and equipment capable of handling the removal and transporting of waste for disposal. METHOD OF PERFORMANCE: Contractor will be required to perform removal services of grease and food waste approximately every sixteen(16) weeks for each institution. The contractor will pump out and clean the grease traps and dispose of the waste in accordance with Environmental Protection Agency, city/county, State, and Federal laws and/or regulations. All materials located within the container upon removal become the property and responsibility of the contractor to dispose of in a lawful manner. Two (2) grease traps at the USP hold approximately 8,000 each. One (1) grease trap at the FCI holds approximately 5,000gallons. The grease trap at the Prison Camp holds approximately 4,000 gallons. This work must be completed within three (3) days. Cost of pick up and disposal per gallon shall be included on billings. These services, although not directly supervised, will be under the administrative review of the Facilities Manager, and the performance of these services will be verified by the designated CM. INSTITUTION SECURITY: The contractor agrees to adhere to all regulations prescribed by the institution for the safety, custody and conduct of inmates. Access to the containers will be available only during the scheduled hours, unless prior approval of the Contracting Officer. The contractor will provide a list of employees who will be driving and assisting the truck that will be entering the secure perimeter. Each employee will be required to be cleared through a background check. The background check will be conducted by the institution and requires the affected employees to fill out a background form that will be supplied by the institution. The institution reserves the right to reject any clearance application or revoke an approved clearance. NONPERSONAL POSITION: The services provided are a contractual arrangement and not a personnel appointment. Payment is based on the provision of an end product or the accomplishment of a specific result or service. The service does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance will be monitored. A CM will be appointed to monitor the performance of the Contractor, and, at a minimum, quarterly monitoring reports will be provided to the Contracting Officer indicating the performance level. EVALUATION AND AWARD BASIS: The evaluation factors are listed in the solicitation document. The quoter must meet all the requirements outlined in this Statement of Work and throughout the Contract/Solicitation document to include the special security requirements listed in Section A.9, Contract Security (3000.02 - Personnel Manual) and the DOJ Residency Requirement. SPECIFIC REQUIREMENTS: The contractor shall be licensed/permitted by the State of Louisiana and will provide evidence of proper waste disposal, in accordance with all current Federal, State, and local codes, laws, and requirements regarding the disposal of solid waste. A manifest of the including the dump site must be provided to the institution. PAYMENT TERMS Contractor must provide a means for electronic payment to include banking routing and account number. Payment terms as specified in FAR 52.212-4(g), the due date for making an invoice payment by the designated payment office shall be th 30th day after designated billing office has received a proper invoice, or the government accepts services performed by the contractor. The contractor can however offer discount payment terms for prompt payment as specified in block 12 on the SF-1449 form of this solicitation. Contractor, if an individual other than a corporation, upon contract award must complete several Human Resource Management forms. An award made to an individual resulting from this solicitation is not subject to 52.212-4(I), Prompt Payment Act. CONTRACT PRICING Overview Service are required to be provided in accordance with the Statement of Work of this solicitation. Contract pricing shall include all charges to the Government for performing the services required by this solicitation/contract (ex., bonding, overhead, profit, supervision, minimum wages specified in the attached Department of Labor wage determination, etc). Because services are subject to the Service Contract Act, the Department of Labor has issued a wage determination for this requirement. See Attachment. The wage determination is applicable to occupation codes 11300, Refuse Collector and 31362, Truck Driver, Medium Truck. The Government reserves the right to award without discussion. Therefore, the initial quote should contain the quoter’s best terms from a cost or price standpoint. Pricing Methodology The quantity of services to be provided by the contractor are estimated in Pricing Schedule. These estimated are not a representation to a quoter or contractor that the estimated quantities will be ordered, or that conditions effecting requirements will remain stable or normal. The contract rate for these services shall be on a per gallon basis. A. Quoters are required to submit a completed copy of the Schedule of items located below. Pursuant to FAR 17.203(b), the Government evaluation shall be inclusive of options depending on the quantities actually ordered and the dates when ordered. Pricing Schedule Total estimated grease and food waste to pump for twelve (12) month period. Pump down and clean the side walls of four (4) grease traps containing estimated 25,000 gallons total (Estimated one service every four(4) months) ________ price per gallon X 25,000 gallons = $ ____________ Attachment 1 - DOL Wage Determination, No. 94-2229 Rev (27)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/51904/RFQPO5190900014/listing.html)
 
Place of Performance
Address: FCC POLLOCK, 1000 AIRBASE RD, POLLOCK, Louisiana, 71467, United States
Zip Code: 71467
 
Record
SN01966946-W 20090925/090924000448-5e4071ac4977eccb212f787935dd5f54 (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.