Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
MODIFICATION

S -- Refuse Collection and Disposal

Notice Date
5/24/2011
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R11T1025
 
Response Due
5/31/2011
 
Archive Date
7/30/2011
 
Point of Contact
Tejae Craig, 928-328-6903
 
E-Mail Address
MICC Center - YPG
(tejae.craig@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 - This amendment is issued to post questions/answers from industry. 1. Question: Could you please provide payment history for the past 12 month period on the following? Roll/off on/call service Contaminated Soil Roll/off Service on~call Special Call-out Service for 5-cubic yard bins Special call out service for Roll/off boxes Base Monthly Rate for all front loader bin service Answer: Current payment history is proprietary information and cannot be disclosed. 2. Question: If a "Small Business" subs to a "Large Business", is there a minimum percentage of work that must be performed on a regular basis by both entities? Answer: In accordance with Federal Acquisition Regulation (FAR) 52.219-14(b)(1) Limitations on Subcontracting, Services (except construction). "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." 3. Question: If a "Small Business" subs to a "Large Business" and the "Small Business" has no past experience in this type of service will they be evaluated on just the "Large Business" sub? Answer: Potential offerors to include their subcontractors must provide past performance details in accordance with the solicitation requirements and will be evaluated in accordance with the basis for award. A prime contractor is allowed to use a subcontractor's past performance details. 4. Question: The current bid specifications indicate all 5-cubic yard front loader bins. The current contractor does not have this equipment on site; in fact there is a mixture of 3,4,5, and 6 yard bins at the various sites at YPG. Should the current contractor (or their Small Business Sub) be successful, will these bins be replaced with the specified 5-cubic yard bins win the bid? Must it be accomplished within the "phase/in" period of June 17th to June 30th? Answer: 5 yard dumpsters are the required standard. There are a few locations i.e. ammo locations, where it is easier for the contractor's dock dumping to have a different size. The variable-sized bins were already in place prior to the current contract. There are also a few 8 yard dumpsters at a maintenance facility because of the amount and size of debris. 5. Question: It is apparent that the existing bins onsite are not cleaned per the current bid specifications. Is this requirement in the current contract and is it being performed per your specifications? Answer: The Government has found that cleaning the bins with cold water at the wash facility is non-productive as cold water does not clean a soiled crusty bin effectively. It was agreed with the current contractor, prior to commencing full performance of the contract that bins should be swapped out with fresh bins instead of cleaning using a non-productive process. However, the option is there if needed. 6. Question: On the bid due date or thereafter, will you have a public bid opening and if so, please inform us of this time and place? Answer: A public bid opening applies only to a sealed bidding process (See FAR Part 14) and is therefore not applicable to this acquisition. Successful and unsuccessful offerors will be notified by letter of the award once the information has been approved for release. 7. Question: The current bid specifications indicate that all dumpsters are to be painted annually. Is that in the existing contract because there are multiple different colors of tan in place now, which do not appear to have been painted annually? Answer: Please see Paragraph C.1.1 of the Performance Work Statement (PWS) which states that "All 5yard dumpsters shall be painted in sand stone beige in color." The current variation in beige tones can be attributable to the color codes in the different brands of paint used. In addition, some bins appear to be lighter in color as they are bleached by the sun very quickly within a 3 month period of having been painted. 8. Question: What will the contractors obligation to tires and HHW (Household Hazardous Wastes) be? Answer: If there are tires found in the landfill the landfill operator removes them for proper disposal and to date this has never been an issue. The maintenance shops that carry out the management and disposal of tires simply allow them to accumulate and then dispose of them using an alternate contractor. There is no knowledge of household hazardous waste and if there were, there would be no way for the contractor to determine what is in their receptacle unless they were to pick through the trash. 9. Question: What is the contractor's obligation to special and medical waste? Answer: There has been no red bagged hazardous medical waste disposed of in a regular dumpster. To date there has been nothing reported by either the landfill operator or current contractor regarding medical waste. Medical facilities at YPG have their own processes for disposal of medical waste to include sharps containers etc. and therefore this has never been an issue. 10. Are special wastes such as contaminated soils and asbestos to be removed from the base for disposal by the contractor? Answer: Contaminated soils are disposed of at Copper Mountain once the HAZMART on YPG has had the soils tested. If it is not contaminated it is disposed of at the YPG landfill. The majority of contaminated soils that require disposal are as a result of fuel spills. The soils are then tested and disposed of at Copper Mountain once HAZMART informs the Contracting Officer Representative (COR) to "pull" to Copper Mountain. A service order will be submitted for the "pull." Asbestos is the responsibility of the asbestos contractor or the general contractor renovating a building. 11. What is the procedure for flooding and weather related incidents (i.e. shutdowns and closures)? Answer: YPG is ordered to vacate when flooding occurs, and the contractor will be notified to vacate by the COR. The refuse contractor cannot continue to work if the landfill operator has been ordered to vacate as the landfill will then be closed. 12.Question: Will companies whose primary NAICS code is not waste related and past performance is limited, be eligible to subcontract out or partner with other businesses who primary is waste? Answer: This requirement is being solicited as a 100% small business set-aside. Small businesses must fall under NAICS code 562111 "Solid Waste," however; they do not have to have it listed as their primary NAICS. This code must be registered under the firm's information in the Central Contractor's Registration (CCR). 13. Question: Are companies with limited past performance eligible to be awarded this contract? Answer: Yes, companies can still be eligible for award. However, offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a "Neutral" rating for the Past Performance factor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c62a2d6f860ec3c9842f31883643de7)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02456018-W 20110526/110524235106-3c62a2d6f860ec3c9842f31883643de7 (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.