Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

99 -- The Connecticut Army National Guard (CTARNG) needs its non hazardous waste picked up. Contractor to provide (dumpster) Medium UNIbin = (4) 55 gal. Drums 60 L x 33 W x 36 H to 10 locations within Connecticut.

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-10-Q-0001
 
Response Due
10/29/2009
 
Archive Date
12/28/2009
 
Point of Contact
leslie ann fedler, 860-524-4870
 
E-Mail Address
USPFO for Connecticut
(leslie.fedler@ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subject 12.6, as a supplement with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be used. This solicitation is issued under Request for Quote (RFQ) number W91ZRS-10-Q-0001. All proposals shall reference the RFQ number and shall be submitted by 12:00 p.m. local time on 29 Oct 2009. The anticipated award date is 2 Nov 2009. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36 dated 11 Aug 2005. This solicitation will be issued under 100% Small Business Set Aside. The North American Industry Classification system code (NAICS) 562219 size standard of $12.5 million. The USPFO for Connecticut intends to award a Firm-Fixed Price, (IDIQ) Indefinite delivery and Indefinite quantity, and a One (1) year contract for base year with four (4) option years. The Connecticut Army National Guard (CTARNG) needs its non hazardous waste picked up. Contractor to provide dumpster to 10 locations within Connecticut. Currently using this size dumpster (Medium UNIbin = (4) 55 gal. Drums 60 L x 33 W x 36 H). Pick up dumpster when called for non hazardous waste (example oily solids). Some locations may require pick up more than once in a year. Provide a written manifest for each pick up service. Waste is to be recycled in a thermal recovery facility. Estimated pickups in one year are twenty. LIST OF LOCATIONS 1.FMS-2----600 Woodruff Street, Southington, CT 06489-2715 2.FMS-5---619 Rubber Avenue, Naugatuck, CT 06401-1547 3.FMS-8-A--- 360 Broad Street, Hartford, CT 06105-3795 4.FMS-8---Camp Hartell, Route 75, BLDG. P-103, Windsor Locks, CT 06096 5.FMS-9---63 Armory Road, Stratford, CT 06497-1702 6.FMS-10---38 Stott Avenue, Norwich, CT 06360 7.FMS-11---87 Montowese Street, Branford, CT 06405-3807 8.Combined Support Maintenance Shop (CSMS)--- Camp Hartell, Route 75, Bldg. P- 105, Windsor Locks, CT 06096-0455 9.Unit Training Equipment Site (UTES)--- Stones Ranch Military Reservation, U.S. Route 1, 464 Boston Post Road, East Lyme, CT 06333 10.Aviation Classification Repair Activity Depot (AVCRAD)---Groton/New London Airport, 139 Tower Road, Groton, CT 06340-1409 The following provisions and clauses will be incorporated into the solicitation by reference: 52.204-7, Central Contractor Registration, 52.204-9, Personal Identify Verification of Contractor Personnel, 52-212-1, Instructions to Offerors---Commercial Items, 52.212-4, Contract Terms and Conditions---Commercial Items, 52.222-42, Statement Of Equivalent Rates For Federal Hires (Wage Determination No. 1996-0223, Revision No. 25, Date of Revision: 05/26/2009), 52.222-50, Combating Trafficking in Persons, 52.223-5, Pollution Prevention and Right-to-Know Information, 52.232-18, Availability Of Funds, 52.232-19, Availability Of Funds The Next Fiscal Year, 52.233-3, Protest After Award, 52.333-4, Applicable Law for Breach of Contract Claim, 52.237-1, Site Visit, 52.237-2, Protection of Government Buildings, Equipment and Vegetation, 252.201-7000, Contracting Officers Representative, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments, 252.247-7023 Alt III, Transportation of Supplies by Sea. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.219-6, Notice of Small Business Set Aside, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.212-3 Alt 1 or a completed registration on the ORCA website. See paragraph 1 of 52.212-3 for instructions. The following additional clauses and provisions are added in full text. 52.252-2, Clauses Incorporated by Reference, use website http://farsite.hill.af.mil, 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer, 252.247-7023, Transportation of Supplies by Sea, 252.247-7024, Notification of Transportation of Supplies by Sea. Questions may be directed to the Contracting Administrator at 860-524-4870. Written quotes must be submitted to the USPFO for Connecticut, Purchasing and Contracting Division, ATTN: Leslie Fedler, 360 Broad Street Hartford, Connecticut 06105-3706; or email address at leslie.ann.fedler@us.army.mil. Not later than 12:00 p.m. on 29 Oct 2009. The Government will make an award resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, will be most advantageous to the government, price and other factors considered. Past/Present Performance Evaluation The Offerors Company will provide the Government with at least three of the most current past performance references. Provide: companys name, person to contact, phone number, address, contract type, and dollar value of the contract. The Government will evaluate present and past performance information through the use of a questionnaire. Three references will be called and asked questions. Price Evaluation The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. Price will be rated at a slightly higher rate than past performance. Currently using this size dumpster (Medium UNIbin = (4) 55 gal. Drums 60 L x 33 W x 36 H) Quote one line item for price on each vendor provided dumpster(Medium UNIbin = (4) 55 gal. Drums 60 L x 33 W x 36 H) for each year to be serviced. Quote one line item total for ten vendor provided dumpsters (Medium UNIbin = (4) 55 gal. Drums 60 L x 33 W x 36 H) for each year to be serviced. Include all costs. Give size of dumpster or UNIbin. line item 0001--- (size of dumpster or UNIbin) base year --- price each $________ total $_________ line item 0002--- (size of dumpster or UNIbin) option year one--- price each $________ total $_________ line item 0003--- (size of dumpster or UNIbin) option year two --- price each $________ total $_________ line item 0004--- (size of dumpster or UNIbin) option year three --- price each $________ total $_________ line item 0005--- (size of dumpster or UNIbin) option year four--- price each $________ total $_________ line item 0006--- (size of dumpster or UNIbin) all five years--- total each $__________ total $__________ SUBPART 232.70 ELECTRONIC SUBMISSION AND PROCESSING OF PAYMENT REQUESTS 232.7002 Policy. (a) Contractors will submit payments in electronic form (b) DoD officials receiving payment requests in electronic form shall process the payment requests in electronic form. Any supporting documentation necessary for payment, such as receiving reports, contracts, contract modifications, also shall be processed in electronic form. Scanned documents are acceptable for processing supporting documentation. The National Guard Bureau is now required to comply with the directive to process all future disbursements through WAWF (Wide Area Work Flow). As a result, we request that your firm submit all future payments requests through WAWF. Contractors shall register in WAWF at https://wawf.eb.mil and ensure that there is a current and correct electronic business point of contact (POC) designated in the Central Contractor Registration site at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-10-Q-0001/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
 
Record
SN01986301-W 20091017/091015235437-e46e3aad57066c1cd69143072b4d84db (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.