Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOLICITATION NOTICE

S -- TRASH REMOVAL SERVICES LEES SUMMIT, MO - SYNOPSIS_SOLICITATION

Notice Date
7/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-12-Q-0003
 
Archive Date
8/25/2011
 
Point of Contact
Kevin Schumacher, Phone: 314-801-0596
 
E-Mail Address
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMPLETE SYNOPSIS SOLICITATION Wage Determination (LEE'S SUMMIT, MO) This is a combined synopsis/solicitation for commercial services in accordance with 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. The Request for Quotation number is NAMA-12-Q-0003 This Request for Quotation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 effective May 31, 2011. This acquisition is set aside 100% for small business. The NAICS code and the small business size standard are NAICS 562111 Trash Collection Services or other similar NAICS codes. The size standard for these NAICS is $12.5 million annually. The Offerors must state in their quote their size standard for this procurement. All qualified responsible small business sources may submit a quote which will be considered by the agency. This will be a indefinite quantity fixed price contract. The award will be made to the Lowest Price Technically Acceptable Small Business Source in accordance with FAR Subpart 13.106-2(b)((i). The period of performance is for 12 months of service, October 1, 2011 to September 30, 2012. The purpose of this contract is to obtain an indefinite quantity fixed price contract to procure annual trash removal services at the Federal Records Center facility at Lee's Summit, MO. The business address is located at the National Archives and Records Administration NARA - Federal Records Center, Federal Records Center, 200 Space Center Drive, Lee's Summit, MO 64064 Offerors are required to complete the Attachment 1 Certification. Failure may result in rejection of the quote. Provide pricing per the table below. Wage Determination applies to this order and will be incorporated in the final order. DOL Wages WD 2005-2307 Rev 12 (6/13/2011) attached applies to this order. Due Date for Submissions: Offerors are requested to submit quotes by 4PM EDT August 10, 2011. Failure to do so may result in a rejection of the quotation as untimely. Submit to kevin.schumacher@nara.gov or FAX to 314-801-0605. Vendor shall call to confirm receipt of quotes. The government is not responsible for misrouted quotes. 1.0 PRICING TABLE 1. REQUEST FOR QUOTE (OPEN MARKET) TRASH REMOVAL SERVICE - LEE'S SUMMIT 1.1 Pricing. Vendors are to complete the schedule below with their quoted prices. ITEM # DESCRIPTION QTY UNIT EST TOTAL COST 0001 Trash removal IAW PWS below 1 Job _____________________ 2.0 PERFORMANCE WORK STATEMENT Trash Removal Services - ON CALL-LEE'S SUMMIT 2.1 The National Archives and Records Administration requires trash services: The services are specified as follows: Trash Removal Services for: Federal Records Center, 200 Space Center Drive Lee's Summit, MO 64064 2.2. Contracting Officer Technical Representative: Kevin Schumacher Julie Benoit Phone: 314-801-0596 Phone: (816)268-8026 Fax: 314-801-0605 Fax: (816)-268-8038 kevin.schumacher@nara.gov julie.benoit@nara.gov 2.3. Contract Administration Address: National Archives and Records Administration 1 Archives Drive St Louis MO 63138 2.4. Vendor shall provide following: containers at the governments location, address above: The following will be provided at no separate cost. Vendor shall bill the government per "tip" per container on an "ON CALL" basis as shown in the table below. Vendor will be paid for actual "tips." Excess tips above the estimated quantity shall be at the cost per tip in column B and paid based on actual services delivered. There is no minimum guaranteed quantity. The estimated total is the amount expected to be performed under this contract. The NTE quality is the amount this contract may not exceed and is the estimated quantity plus a 10% excess added. Pricing for cardboard removal shall be net of any credit the vendor will receive for the cardboard. PRICING TABLE (VENDOR SHALL COMPLETE) Qty / Size / Location / Estimated /Cost /Estimated /Estimated Frequency per per cost per Annual cost Month "Tip" month (monthly cost) (A) (B) (A)x(B)=(C) (C)X(12)=(D) 1 40 yard roll off container Outside cave entrance 2 per month ________ _____________ ______________ 1 20 yard roll off container Dock 3 2 per month ________ _____________ ______________ 1 20 yard roll off container Dock 4 2 per month ________ _____________ ______________ 1 20 yard cardboard recycling roll off Dock 1 2 per month ________ _____________ ______________ shall be clearly marked. Excess of ________ _____________ ______________ 2 per month Estimated Total TOTAL __________________________________ Add 10% for excess "tip" charges.____________________________ Not to Exceed total Total __________________________ Note (1): The monthly is an estimate and can vary due to some months having 4 weeks and others 5 weeks. The annual estimate is based on 52 weeks in a year. Note (2) "Tip" charge is a Firm Fixed Price, so pricing should include all associated costs and credits. The government will not evaluate quotes based on per ton added charges or rebates base on credits for the vendor's recovery of costs. 2.5. Containers shall be serviceable and in good repair. Method of ordering: On as needed call basis. Vendor shall dump containers. Vendor shall complete trash removal within 72 hours of governments call for pick-up. Pick up shall be between 7 am and 6 pm M-F. Pickups will not be made on Federal holidays. 2.6. Central Contract Registry(CCR). All invoices will be paid using information from CCR. Payment will be made to the EFT information that matches the DUNS number. 2.7. Invoicing: Vendor may invoice no more frequently than monthly 2.8. Period of performance: October 1, 2011 to September 30, 2012. 2.9. Government agrees to keep containers unobstructed to allow for trash dumping and removal. Person authorized to place call: Julie Benoit or Cynthia Frantsen or others as designated by email to the vendor. 3.0 SELECTION CRITERIA. Contractor selection to perform this task order will be based on low price technically acceptable. The government reserves the right to make award without discussion or clarification, without entering into negotiations, and without requesting best and final offers. 3.1. Technical Understanding and Approach. An assessment will be made of technical understanding of and overall approach to this project as it relates to the Performance Work Statement (PWS). NARA will assess and determine the soundness of the Offeror's relevant capability, capacity and competence to perform the requirements; the Offeror's understanding of and approach to the requirements; whether the Offeror proposes adequate techniques / approaches to provide effective and efficient services. Proposals: 3.2. Relevant Past Performance. The vendor will be evaluated to assess the demonstrated quality of performance on previous relevant contracts. The Government reserves the right to fully investigate all relevant past performance information. Vendor shall provide 2 references and POCs. 3.3. Selection of the firm to perform this task order will be based on NARA's assessment of lowest price technically acceptable to the Government. 4.0 QUOTATION SUBMISSION INSTRUCTIONS. The National Archives and Records Administration (NARA) requires Offerors to provide a written quotation. Please complete the tables, Attachement 1certification and provide the information below with your proposal. 4.1 Proposals. Vendors shall submit proposal noting any exceptions to the PWS and provide Relevant Past Performance (provide 2 references with POCs). By submitting this form with a quote the vendor agrees to perform all required services as listed on this form. Limit your technical description to no more than 1 page. 4.2 Price Quotation. The quotations will be evaluated in accordance with the procedures outlined in FAR Subpart 13.106-2(b)((i) lowest price small business offeror that submits the lowest price technically acceptable offer. "Tip" charge is a Firm Fixed Price, so pricing should include all associated costs and credits. The government will not evaluate quotes based on per ton added charges or rebates base on credits for the vendor's recovery of costs. A. The Offeror must provide the following information on the first page of the pricing quotation: (1) RFQ Number; (2) Name and address of Offeror; (3) Name and telephone number of point of contact; (4) Name of contract administration office (if available); (5) Proposed prices per the Schedule of Prices - best prices offered to the government (6) Business Size Description and CCR, DUNS number. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the best value offeror that submits the lowest price technically acceptable offer. Technically acceptability will be based upon the lowest priced technically acceptable offeror, with technical acceptability based on documentation of verifiable past performance. Each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011), with the quotation or proof of ORCA certification and DUNS. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAY 2011). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict Labor (JUN 2003), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-1 By American Act-Supplies (FEB 2009), 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (MAY 1999), 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.223-1 -- Biobased Product Certification (Dec 2007), FAR 52.223 2 Affirmative Procurement of Biobased Products Under Service Awards. (Dec 2007), 52.223-4 -- Recovered Material Certification (May 2008), FAR 52.223 17, Affirmative Procurement of EPA Designated Items in Service Awards (May 2008), 52.232-19 Availability of Funds for the Next Fiscal Year and 52.233-2 Service of Protest (SEP 2006) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Kevin Schumacher. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. CONTRACTOR NOTE: Offerors are requested to transmit inquiries via email to Kevin Schumacher, Contract Specialist at: Kevin.Schumacher@NARA.gov. Quotations may be submitted (one copy) via mail or Email to Kevin.Schumacher@NARA.gov or to: Mr. Kevin Schumacher, National Archives and Records Administration, National Personnel Records Center, 1 Archive Drive, St Louis, MO 63138 no later than August 10 2011, by 4:00 PM EDT. Quotations must include the solicitation number, payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-12-Q-0003/listing.html)
 
Record
SN02514248-W 20110730/110728235816-d1066f3af5da4cdf76a9014573bb6c30 (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.