SOLICITATION NOTICE
F -- Paint & Paint related waste pickup - TCEQ REGULATORY GUIDANCE
- Notice Date
- 4/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTMA-93-Q-2012-0006
- Archive Date
- 6/5/2012
- Point of Contact
- Marie Casse, Phone: 5045896583
- E-Mail Address
-
marie.casse@dot.gov
(marie.casse@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Managing Paint and Paint-Related Waste Under the Universal Waste Rule 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. The solicitation is issued as a request for quotation (RFQ) under solicitation number DTMA-93-Q-2012-0006. This requirement is a small business set aside and the NAICS code is 562211. The Department of Transportation (DOT) Maritime Administration (MARAD) Beaumont Reserve Fleet (BRF) intends to procure services for profiling, manifesting, transportation and disposal of hazardous, non-hazardous and universal waste generated at the Maritime Administration, Beaumont Reserve Fleet (BRF). 1. ABSTRACT: The intent of this item is to provide services for profiling, manifesting, transportation and disposal of universal waste "Paint and Paint-Related Waste" under the Texas rule generated at the Maritime Administration, Beaumont Reserve Fleet (BRF) in Beaumont, Texas. Material consists of solid paint chips stored in 55 gallon plastic drums ready to transport. 2. GENERAL REQUIREMENTS: n/a 3. REFERENCE: 3.1 Laboratory Analysis of stored waste available for review by contacting Marie Casse at (504) 589-6583. 4. LOCATION/ DESCRIPTION: 4.1 LOCATION - Beaumont Reserve Fleet, 2600 Amoco Road, Beaumont, Texas 77705. 4.2 DESCRIPTION- Twenty-Five (25) - 55 drums. 5. GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: 5.1 EQUIPMENT: none 5.2 MATERIAL: none 5.3 SERVICES: The BRF will provide fork truck assistance in loading. 6. Statement of Work 6.1 The contractor shall review BRF laboratory analysis to determine the best, most economical means of disposal in accordance with all applicable environmental regulations. 6.2 The contractor shall prepare hazardous waste manifest for the BRF. 6.3 The contractor shall provide all accompanying documentation for the BRF. 6.4 The contractor shall provide and apply applicable hazardous material, hazardous waste, universal waste or recycling labels. 6.5 The contractor shall check drums for proper packaging and labels. 6.6 The contractor shall provide copies of certification for haulers and transporters and treatment storage and disposal facilities (TSDFs). 6.7 The contractor shall transport hazardous waste to disposal or recycling facilities. 6.8 The contractor shall forward all documentation received as a result of the disposal actions to the BRF. 6.9 The contractor shall use only licensed and registered waste haulers and TSDFs. 7. PERFORMANCE CRITERIA/DELIVERABLES: 7.1 One copy each of certification for haulers and transporters and treatment storage and disposal facilities (TSDFs). Certificates shall be provided the day of pickup. 7.2 One copy each of documentation received as a result of the disposal actions. Documentation shall be provided within 3 days of pick up. 8. CLAUSES/TERMS: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012); 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation including the NAICS code referenced for this solicitation, as of the date of this offer and are incorporated in this offer by reference; 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2012), Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference:); 52.219-6 Notice of Total Small Business Set-Aside (NOV11); 52,223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.222-41 Service Contract Act of 1965 (NOV 2007). Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code and 6) Delivery Schedule. Wages must be paid in accordance with Wage Determination No. 2005-2505, Rev. 13 dated 6/13/11. QUESTIONS MUST BE E-MAILED TO THE CONTRACTING OFFICER BY COB, MONDAY MAY 14, 2012. NO QUESTIONS WILL BE ADDRESSED BEYOND THAT DATE. Responses to this Request for Quotation (RFQ) should be directed to the Department of Transportation via email to marie.casse@dot.gov, phone 504-589-6583 or fax to 504-589-6593 no later than 21 May 2012 by 2:00 p.m. local time. Reference: DTMA-93-Q-2012-¬¬0006 on your RFQ. Award will be fixed price. Award will be made to the lowest priced responsible offeror submitting a quote which conforms to this RFQ. IN ORDER TO RECEIVE AN AWARD, YOU MUST BE REGISTERED IN CCR AND YOUR ACCOUNT MUST BE ACTIVE. TO REGISTER, GO TO WWW.CCR.GOV. SEE ATTACHMENT FOR TCEQ REGULATORY GUIDANCE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA-93-Q-2012-0006/listing.html)
- Place of Performance
- Address: Beaumont Reserve Fleet, 2600 Amoco Road, Beaumont, Texas, 77705, United States
- Zip Code: 77705
- Zip Code: 77705
- Record
- SN02735031-W 20120502/120430235902-a528430541b5800d363be53222d8bf41 (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 |