SOLICITATION NOTICE
S -- Solid Waste Services for BIA Buildings
- Notice Date
- 2/1/2010
- Notice Type
- Presolicitation
- Contracting Office
- BIA - Great Plains Regional Office 115 4th Avenue SE MC-206 Aberdeen SD 57401
- ZIP Code
- 57401
- Solicitation Number
- RMA00100012
- Response Due
- 2/5/2010
- Archive Date
- 2/1/2011
- Point of Contact
- Anita Bollen Contracting Officer 6052267363 anita.bollen@bia.gov;
- E-Mail Address
-
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
- SOLICITATION NO. RMA00100012 DESCRIPTION:PROVIDE COMMERCIAL Solid waste services for the Bureau of Indian Affairs (BIA) Standing Rock Agency, Ft. Yates, ND. Work will be performed in accordance with the Statement of Work. QUOTES FOR THE ABOVE CAN BE E-MAILED TO anita.bollen@bia.gov or faxed to 605-226-7741. QUOTES ARE DUE IN THE OFFICE BY C.O.B. 2/05/2010. Garbage Service 12 Months $_______________ per month $_______________Total The Bureau of Indian Affairs, Great Plains Region is issuing this notice as a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation RMA00100012 is issued as a Request For Quote. This solicitation and incorporated provisions and clauses are those in effect through FAC 2005-30. This is a small business set-aside the associated NAICS code is 562111 Solid Waste Collection with the small business size standard of $12.5 million. The following clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items; Contract Terms and Conditions - Commercial Items; 52.212-04 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statues Or Executive Orders - Commercial Items; 52.204-07 Central Contractor Registration; 52.222-41 Service Contract Act of 1965. This will be a fixed price contract with an estimated price range of $50,000 - $100,000. SPECIFICATIONS AND GUIDELINES FORSOLID WASTE MANAGEMENT SERVICES CONTRACTBIA STANDING ROCK AGENCY 1. Introduction This specification defines requirements for developing contracts for solid waste management services to serve Bureau of Indian Affairs (BIA) business facilities and housing quarters. 2. Compliance A. Disposal at Municipal Solid Waste Landfills: Documentation must be provided to prove that all solid waste collected from BIA facilities is properly disposed at municipal solid waste landfills (MSWLFs). All MSWLFs must comply with the federal regulations in 40 CFR Part 258 (Subtitle D of RCRA), or equivalent state or Tribal regulations. Federal MSWLF standards include but are not limited to: 1. Location restrictions ensure that landfills are built in suitable geological areas away from faults, wetlands, flood plains, or other restricted areas.2. Liner requirements include a flexible membrane (geomembrane) overlaying two feet of compacted clay soil lining the bottom and sides of the landfill to protect groundwater and the underlying soil from leachate releases. Landfills utilizing EPA approved liner variances shall be considered.3. Leachate collection and removal systems constructed on top of the composite liner and removes leachate from the landfill for treatment and disposal.4. Operating practices include compacting and covering waste daily with several inches of soil to help reduce odor; control litter, insects, and rodents; and protect public health.5. Groundwater monitoring requirement requires testing groundwater wells to determine whether waste materials have escaped from the landfill.6. Closure and post closure care requirements include covering landfills and providing long-term care of closed landfills.7. Corrective action provisions control and clean up landfill releases to achieve groundwater protection standards.8. Financial assurance provides funding for environmental protection during and after landfill closure (i.e., closure and post closure care). B. Storage and Collection of Residential, Commercial, and Institutional Solid Waste: All storage and collection activities must comply with the federal regulations and guidelines in 40 CFR Part 243 (Subtitle D of RCRA), or equivalent state or Tribal regulations. Standards must include but are not limited to: 1. Storage: (a) All solid wastes shall be stored in such a manner that they do not constitute a fire, health, or safety hazard or provide food or harborage for vectors, and shall be contained or bundled so as not to result in spillage.(b) Containers shall be of an adequate size and in sufficient numbers to contain all food wastes, rubbish, and ashes that a residence or other establishment generates in the period of time between collections. Containers shall be maintained in a clean condition so that they do not constitute a nuisance, and to retard the harborage, feeding, and breeding of vectors.(c) When serviced, storage containers should be emptied completely of all solid waste. 2. Operations: (a) All solid waste collection personnel should receive instructions and training in safe container and waste handling techniques, and in the proper operation of collection equipment.(b) Personal protective equipment such as gloves, safety glasses, respirators, and footwear should be used by collection employees, as appropriate. This equipment should meet the applicable provisions of the Occupational Safety and Health Administration Standards for Subpart I-- Personal Protective Equipment (29 CFR 1910.132 through 1910.137).(c) Scavenging should be prohibited at all times to avoid injury and to prevent interference with collection operations.(d) When conducting carryout collection, a leak proof and puncture-proof carrying container should be used to minimize the potential for physical contact between the collector and the solid waste or the liquids which may derive from it. 3. Collection: (a) Solid waste should not be allowed to remain in collection vehicles over 24 hours and should only be left in a vehicle overnight when this practice does not constitute a fire, health, or safety hazard.(b) Solid wastes shall be collected with frequency sufficient to inhibit the propagation or attraction of vectors and the creation of nuisances. Solid wastes which contain food wastes shall be collected at a minimum of once during each week.(c) The collection of solid wastes shall be conducted in a safe, efficient manner, strictly obeying all applicable traffic and other laws. The collection vehicle operator shall be responsible for immediately cleaning up all spillage caused by his operations, for protecting private and public property from damage resulting from his operations, and for creating no undue disturbance of the peace and quiet in residential areas in and through which he operates.(d) Records should be maintained detailing all costs (capital, operating, and maintenance) associated with the collection system. These records should be used for scheduling maintenance and replacement, for budgeting, and for system evaluation and comparison.(e) The collection system should be reviewed on a regular schedule to assure that environmentally adequate, economical, and efficient service is maintained.(f) Solid waste collection systems should be operated in a manner designed to minimize fuel consumption. 3. General Contract Specifications A. Scope: The contractor shall provide all labor, equipment, supplies, materials, and incidentals, except as otherwise noted herein, necessary for the collection and disposal of solid wastes from those areas listed in the Bid Schedule for a period of two years. The Government may, at its discretion, extend the terms of the contract for not more than four additional one-year periods in accordance with FAR 52.217-09. B. Description of Work: The work covered by these specifications consists of furnishing all necessary equipment, labor, supervision, and materials for performing all operations necessary for the collection, transportation, and disposal of all refuse specified in this contract, complete and in accordance with these specifications and subject to the terms and conditions of the contract. C. Location: This contract is to be performed in accordance with approved routes between the respective landfills and the BIA facilities, which include: A10613-02 A3234 Standing Rock Agency 1. BIA, Government Furnished Quarters - 27 Building. 2. Trailer Park Quarters - 8 Buildings.3. Facility Management Shop Building #142, 3-Yard Dumpster.4. Roads Shop Building #187, 3-Yard Dumpster.5. Fire Shed Building #195, 2-Yard Dumpster.6. Administration Building #194, 6-Yard Dumpster.7. Cannon Ball Quarters Building #305.8. Roll Off Containers 40 Yard. A10613-02 A3256 Law Enforcement/Detention 9. Municipal Center Building #51, 9-Yard Dumpster. D. Performance of Work: Refuse collection and disposal will be conducted in conformity with applicable regulations to provide satisfactory protection of property and the environment. These regulations include, but are not limited to the Resource Conservation and Recovery Act (RCRA), The Federal Facilities Compliance Act, 40 CFR Part 257 Classification of Solid Waste Disposal Facilities and Practices, and 40 CFR Part 258 Criteria for Municipal Solid Waste Landfills. E. Supervision: The contractor will provide competent supervision at all times when work is in progress. The contractor is responsible for scheduling and coordinating various trade activities. The contractor is responsible for assuring that all work accomplished and materials used are in accordance with the specifications. F. Government-Furnished Equipment: 1. Items to be furnished: The Standing Rock Agency will furnish Two (2) 40 yard roll-off containers for the following sites: a. BIA, Facility Management Shop Building #142. G. Contractor-Furnished Equipment and Collection Containers: 1. Items to be furnished: The contractor will provide all necessary equipment (except government-furnished equipment) required for performing the contract.2. The contractor will provide repair and maintenance necessary to keep Contractor-furnished containers in a condition acceptable to the contracting officer.3. All of the contractor's equipment will be equipped with proper safety and noise-limiting devices and will be in safe operating condition.4. Only qualified operators will be permitted to operate equipment. H. Applicable Publications, Laws, and Regulations: Unless specifically exempted by these specifications, all work accomplished under this contract will conform to the requirements of all applicable Federal, Tribal, state and local regulations pertaining to environmental protection and occupational safety and health. I. Inspection: All work performed, the methods and manner of performance, all areas assigned for use by the contractor, and all equipment, materials, and supplies used for the work, will be subject to inspection at any and all times by the contracting officer's authorized representatives. All notices of unsatisfactory conditions or services will be issued in writing to the contractor by the contracting officer. J. Collection of Waste: 1. Points of collection: The points of collection for pickup of waste by the contractor will be as shown on the accompanying maps. Any increase or decrease in the number of points will be cause for adjusting contract cost. The government will designate collection stations; provide pads, stands, or other suitable structures for assembling and storing wastes for pickup by the contractor. 2. Frequency of Collections: The frequency of collections for the waste receptacles will be as follows: Locations Size/TypeFrequency BIA, Government Furnished Quarters - 27 BuildingWeeklyTrailer Park Quarters - 8 Buildings. WeeklyFacility Management Shop Building #142, 3-Yard Dumpster.WeeklyRoads Shop Building #187, 3-Yard Dumpster.WeeklyFire Shed Building #195, 2-Yard Dumpster.WeeklyAdministration Building #194, 6-Yard Dumpster.Bi-WeeklyCannon Ball Quarters Building #305.WeeklyMunicipal Center Building #51, 9-Yard Dumpster. Bi-WeeklyRoll Off Containers, 40-Yard Container 10 Pick-ups 3. Schedule of Operation: After the contract has been awarded and before work begins, the contractor will establish a schedule of proposed operations. This schedule will govern the days, and time of day, collections will be made. The schedule will be subject to change, provided the proposed modification contributes toward a more satisfactory service. All changes must be in writing and approved by the contracting officer. The schedule and modifications thereof must meet the contracting officer's approval. 4. The contractor shall confine his operations to daylight hours commencing not earlier than 7:00 am and continuing not later than 4:30 pm K. Transportation: All waste shall be transported from the collection point to the disposal area in closed packer-type bodies mounted on suitable trucks approved for hauling waste. Transportation equipment shall be in acceptable sanitary condition. Transportation equipment shall not exceed maximum weight limit restrictions. L. Containers: 1. Containers provided by the Standing Rock Agency including totes for residential service, dumpsters, and roll offs shall be consistent with the best practices of the industry and compatible with the contractor's collection equipment.2. Each collection station and adjacent area will be left free of loose waste at the end of each regularly scheduled collection. Waste placed at the collection station in sacks, cartons, cans, or boxes will be removed by the contractor in the same manner and time as if it were placed in the regularly provided containers.3. Containers which, in the opinion of the Agency Facilities Manager become unserviceable will be replaced with new or serviceable units. M. Vehicles: Only trucks specially designed for collecting the containers described in Sec. 3, Part G and the type of waste approved by the contracting officer will be used. The cost of maintenance and repair of the contractor -owned vehicles will be the sole responsibility of the contractor. N. Reports: Documentation must be provided to prove that all solid waste collected from BIA facilities were properly disposed at municipal solid waste landfills (MSWLFs). Documentation shall be in the form of an approved bill of lading procedure with tipping fee receipts, and/or equivalent process as proposed by the contractor and approved by the Contracting Officer through the Agency Facilities Manager. O. Submittals: The contractor shall provide complete description of the process to be utilized for the collection, transfer, and disposal of solid waste. For the equipment, containers and methods of waste management shown below, the contractor shall submit 3 copies of certifications, manufacturer's name, model numbers, landfill certification and/or any other pertinent information as may be necessary to completely describe the particular piece of equipment, container, method of operation, or final disposal of solid waste. The copies are to be provided to the Contracting Officer, Agency Superintendent, and Agency Facilities Manager. Items furnished by the contractor must be approved in writing by the Agency Facilities Manager prior to implementation. 1. Process for documenting all waste collected2. Process for documenting all waste transferred3. Process for documenting all waste compliantly disposed 4. Certifications for all MSWLF's to be utilized5. 4 yard dumpsters for the Six-Plex and Kyle Road Shop6. 95 gallon totes for residential and business services7. Collection equipment8. Waste transfer equipment9. Operator/Driver qualifications10. Route structure
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMA00100012/listing.html)
- Place of Performance
- Address: Ft. Yates, ND
- Zip Code: 585380523
- Zip Code: 585380523
- Record
- SN02054594-W 20100203/100201235011-74fe6238d657a0eb60cf00c5b19a0ff7 (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 |