Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2011 FBO #3358
SOLICITATION NOTICE

99 -- Service/Supply - Refuse Collection at Melvern Lake, Kansas.

Notice Date
2/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-R-1006
 
Response Due
3/2/2011
 
Archive Date
5/1/2011
 
Point of Contact
WILLIE HODGES, 816 389-3469
 
E-Mail Address
USACE District, Kansas City
(willie.e.hodges@usace.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Kansas City District plans to issue a Request for Proposal (RFP) for solicitation number W912DQ-11- R-1006 with the intent of issuing a Firm Fixed Price (FFP) contract. The solicitation and resulting contract is for Refuse Collection and Disposal at Melvern Lake in Melvern, Kansas. The contractor shall furnish all personnel, equipment, labor, supplies, and include place, empty, and clean refuse containers at Melvern Lake, near Melvern, Kansas, as defined in this performance work statement (PWS). Solicitation will be for the 2011 season, base with four (4) options. This requirement will be a total small business set-a-side (100%). The small business standard is $12,500,000.00. The Contractor shall comply with all Federal, state, and local laws, ordinances, statutes and regulations pertaining to the collection, transportation, and disposal of refuse and shall obtain such permits, licenses or other authorizations that are appropriate or required for the described duties in this performance work statement or elsewhere. After award, but prior to commencement of work, the Contractor shall contact the COR to arrange a mutually agreeable time to meet at the Project Office for the purpose of discussing and developing a mutual understanding of the requirements and details of the work at least two weeks prior to commencement of duties. The Contractor shall designate, in writing, a member of each work crew who shall serve as the contact for matters involving quality and performance or non-performance of the required work assigned to that crew. It is the contractor's responsibility to maintain the minimum insurance during the entire performance of this contract. SEE SECTION C.1.13.2 for minimum amounts of insurance coverage. Before commencing work under this contract, the Contractor shall submit proof of insurance to the Contracting Officer. BEST VALUE PROCUREMENT: This will be a BEST VALUE acquisition. Award will be made based on best value to the Government, not based on price alone, in accordance with FAR Part 52.212-2 "Evaluation - Commercial Items" (Jan 1999). The following evaluation factors will be considered: Experience Price The evaluation factors of Past Performance and Price will weigh equally in determining the best value to the Government. Past Performance (Attachment: Past Performance Questionnaire) Past Performance will be rated by the quality of services, timeliness of performance, and customer satisfaction on other contracts performed. Offeror's should refer to the "Past Performance Questionnaire and Cover Letter" attachment. Offeror's are to send this cover letter and questionnaire to three references which can verify performance on work similar in nature and complexity to the required services. The three references should return the forms (via fax) directly to the US Army Corps of Engineers within three days of receipt, as specified in the Cover Letter. The Government may obtain additional information related to past performance from sources other than the questionnaire. At no time during the evaluation process or after award will comments or sources of comments be revealed to you or to other parties. An evaluation will be completed for each responsive bid received by the due date and time in response to this solicitation. Selection of a Contractor will be determined following a thorough assessment of such bids. The assessment will involve a determination by the Government of the overall merit of each Contractor's offer, recognizing that subjective judgment on the part of the Government is implicit in the entire process. An award will be made to the bid which is deemed responsible in accordance with FAR 9.1, and which conforms to this RFP and is determined to be the overall most advantageous to the Government, with price and other factors considered. FAR 52.212-1, Instructions to Offerors, does apply to this solicitation with no addenda to the provision. The evaluation criteria to be used for this RFP shall be best value and past performance. Include with your bid FAR 52.212-3, Offeror Representations and Certifications, filled out completely. FAR 52.212-4, Contract Terms and Conditions, does apply to this solicitation with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, does apply to this solicitation with the following clauses included: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.232-33, 52.222-41, 52.222-42, 52.219-28, 52.222-54. The Standard Industry Classification (SIC) for this solicitation is 4953 and the North American Industry Classification System (NAICS) is 562111. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-47. All bidders/offeror must have their Request for Proposal submitted and received by the Corp of Engineers by 3 March 2011 at 15:00 or 3:00P.M (CST). Any changes, amendments, or cancellation will be posted on the Federal Business Opportunity website https://www.fbo.gov. Offeror's must be registered with the Online Representations and Certifications Application (ORCA) prior to award. The ORCA website address is https://orca.bpn.gov/. All contractors are required to register in the Central Contractor Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. All interested contractors must download the detailed solicitation, performance work statement, and bid/proposal schedule from this internet site. See link below under Additional Information for complete view. Offerors may send in proposals electronically provided that they do not exceed fifteen (15) pages in length. It is the vendor's responsibility to ensure that their proposal and supporting documents are received at the below address on or before 3 March 2011 not later than 3:00pm (CST) at the address below: In order to be responsive submit the following in a cover letter on business letter head: Cage Code Tax Identification Number Offer signed by an authorized individual able to legally bind your company Duns & Brad Number Contact Information (name, email address, telephone number, and title of bidder) Address of Business Past Performance Questionnaire Bid Items (CLIN's) Cover Letter Questions: Interested parties must submit any questions in writing, if applicable, to the Contract Specialist listed below, by fax or email, provided the questions are received no later than 5 days before the closing date of the solicitation. Contact Information: Questions of a contractual nature contact a Willie Hodges at (816) 389-3469 or willie.e.hodges@usace.army.mil Questions of a Technical Nature contact a Terry Osborn at (816) 389-3458 or Terry.L.Osborn@usace.army.mil Send Proposal to address below : US Army Corp of Engineers CT-C, Room #647 Attn: Willie Hodges, Contract Specialist 601 E 12th Street Kansas City, MO 64106 Please include solicitation number Email: willie.e.hodges@usace.army.mil Phone: 816-389-3469 Fax: 816-389-2030 Click on the ADDITIONAL DOCUMENTATION LINK below to view, print, or download a copy of the solicitation,past performance questionnaire,bid items, and any other document. If you are unable to download documents check you settings on your computer. They may need to be lowered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-1006/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02370443-W 20110203/110201233912-c8efd8abb6aca13e45a76fbcf466a0f9 (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.