SOLICITATION NOTICE
S -- Trash and Waste Removal
- Notice Date
- 4/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
- ZIP Code
- 20536-0001
- Solicitation Number
- HSCEMS-10-Q-00016
- Archive Date
- 4/27/2010
- Point of Contact
- Andrea S. Moore, Phone: 2027322676, Karen Glass, Phone: 202732-2592
- E-Mail Address
-
andrea.moore@dhs.gov, Karen.Glass@dhs.gov
(andrea.moore@dhs.gov, Karen.Glass@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included within this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number HSCEMS-10-Q-00016 is being issued as a Request for Quotations (RFQ) using Simplified Acquisition Procedures (SAP). This Solicitation was prepared with regard to the Federal Acquisition Circular 2005-39 and incorporates its provisions and clauses. The North American Industry Classification System code (NAICS) is 562111, Trash and Waste Removal Services with a small business size standard of $12.5 Million. The Product Service Code is S205, Trash and Garbage Collection. The Standard Industrial Classification (SIC) is 4953, Refuse Systems. This is a firm fixed price contract (FFP). CLIN Structure: 0001 Pick-up trash (3) times per week on Tuesdays, Thursdays and Saturdays between the hours of 0500-0700 (FFP). Period of Performance: May 1, 2010 to April 30, 2011. 1001 Option year one - Pick-up trash (3) times per week on Tuesdays, Thursdays and Saturdays between the hours of 0500-0700 (FFP). Period of Performance: May 1, 2011 to April 30, 2012. 2001 Option year two - Pick-up trash (3) times per week on Tuesdays, Thursdays and Saturdays between the hours of 0500-0700 (FFP). Period of Performance: May 1, 2012 to April 30, 2013. 3001 Option year three- Pick-up trash (3) times per week on Tuesdays, Thursdays and Saturdays between the hours of 0500-0700 (FFP). Period of Performance: May 1, 2013 to April 29, 2014. 4001 Option year four- Pick-up trash (3) times per week on Tuesdays, Thursdays and Saturdays between the hours of 0500-0700 (FFP). Period of Performance: May 1, 2014 to April 30, 2015. TOTAL CONTRACT VALUE $ Statement of Work (SOW) Department of Homeland Security (DHS), Immigration and Customs Enforcement (ICE), Office of Asset Management (OAM), Headquarters (HQ), Trash and Waste Removal Service Performance Work Statement INTRODUCTION Organization: U.S. Department of Homeland Security Office of the Chief Financial Officer, Office of Asset Management Immigration and Customs Enforcement Agency, HQ 500 12th Street, SW Washington, DC 20536 Background and Objectives The Department of Homeland Security, U.S. Immigration and Customs Enforcement (ICE) Headquarters, Office of Asset Management provides accounting for materiel, personal property, real property and facilities, records, and administrative support. ICE HQ mission is to protect the United States and to uphold public safety. ICE requires necessary trash and waste disposal at a Hawaii field location. The contractor shall be responsible for: 1. Pick-up for trash shall be three (3) times per week on Tuesdays, Thursdays and Saturdays during the early morning between the hours of 0500 - 0700. 2. The vendor shall ensure that containers are in good condition and will maintain containers to ensure it remains in good condition. If the container(s) is damaged, the vendor shall replace the container(s) at no additional cost to the Government. 3. The trash container shall be clean, painted and indicate the vendor's name, phone number and point of contact information. The containers shall have hinged top lids and the user shall provide the location for the containers. Currently the dumpster size is 4cy. 4. If trash pick-up is missed, the vendor will be called for pick-up within 24 hours after being notified of a missed trash pick-up. If the vendor fails to perform a trash pick-up within the time period specified, and if there are any problems or costs assessed as a result of the missed trash pick-up, the vendor will be responsible for all costs or credits back to the Government. 5. If more than three (3) days elapse for no trash pick-up, within a calendar year, the contract may be terminated. 6. The vendor shall ensure the trash container(s) are placed in the proper place after the container has been emptied. 7. The vendor shall pick up all loose trash, with the exception of loose leaves or paper that falls from the truck during loading. The trash is regular office trash/restroom trash from daily clean up. 8. The vendor shall ensure the trucks and hydraulic lines are in good condition and guarantee/guard against leakage and oil spills at the site. Any oil spills or resulting damage will be the responsibility of the vendor. Service Location: U.S. Department of Homeland Security Immigration and Customs Enforcement Agency 595 Ala Moana Blvd., Honolulu, HI 96813 Period of Performance: The period of performance for furnishing services is May 1, 2010 through April 30, 2011, with four 12-month option periods, subject to the Government's needs and the availability of funds. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), applies to this acquisition and 52.212-1 must be reviewed completely in containing the guidelines for submission of your quotation. Provisions: 52.212-2 (Evaluation Commercial Items), applies to this acquisition. The Government will award a contact 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. Award will be made to the offeror determined to be lowest price acceptable to the Government. All Contractors shall submit a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition; FAR 52.212-4 is hereby incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with following applicable clauses for paragraph (b): FAR 52.219-6 Notice of Total Small Business Set Aside, FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41 Service Contract Act of 1965, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following additional clauses are included: FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services, the Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. FAR 52.217-9 Option to Extend the Term of the Contract, the Government may extend the term of the contract by written notice to the Contractor before the contract expires; provided the Government gives the Contractor a preliminary written notice of its intent at least 30 days before the contract expires. HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. The quoter acknowledges that a prospective awardee must be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the CCR database will make an offeror ineligible for award. Inspection and acceptance will be made at destination. The final response date for this solicitation is Monday, April 12, 2010 at 1:00 P.M. Eastern Daylight Time (EDT). Notification of any revisions to this solicitation will be provided via the Federal Business Opportunities (FBO) website at http://www.fbo.gov. All questions or inquires must be submitted in writing prior to Monday, April 5, 2010 at 1:00 P.M (EDT). Eastern Daylight Time. Quotation information shall be submitted electronically via e-mail. Submit responses to: Immigration and Customs Enforcement (ICE), Department of Homeland Security, 801 I St NW, Suite 980, Washington, DC 20356-5750., Attn: Andrea Moore, Contract Specialist at telephone (202) 732-2676, facsimile (202) 732-7219, andrea.moore@dhs.gov Reference solicitation number HSCEMS-10-Q-00016 on all documents and requests for information. The anticipated award date is April 14, 2010. Point of Contact: Primary Point of Contact: Andrea Moore, Contract Specialist Andrea.moore@dhs.gov Phone: (202) 732-2676 Fax: (202) 732-7219 Secondary Point of Contact: Karen Glass, Contracting Officer Karen.Glass@dhs.gov Phone: (202) 732-2592 Fax: (202) 732-7219
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/HSCEMS-10-Q-00016/listing.html)
- Place of Performance
- Address: Honolulu, Hawaii, 96813, United States
- Zip Code: 96813
- Zip Code: 96813
- Record
- SN02110784-W 20100403/100402000234-efebdfc76382f6edb20057ea38c2de78 (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 |