SOLICITATION NOTICE
99 -- FLNI Overlook Demo Debris Disposal - Package #1
- Notice Date
- 4/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
- ZIP Code
- 80228
- Solicitation Number
- P16PS01092
- Archive Date
- 5/10/2016
- Point of Contact
- Heather Vogt, Phone: (303) 969-2031, Pamela Mault,
- E-Mail Address
-
Heather_Vogt@nps.gov, pamela_mault@nps.gov
(Heather_Vogt@nps.gov, pamela_mault@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- FLNI Combined Synopsis Solicitation.docx This is a Combined Synopsis/Solicitation for commercial service prepared in accordance with the format in FAR 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. Solicitation number P16PS01092 is issued as a Request for Quote (RFQ) unless otherwise indicated pursuant to the commercial procedures in FAR Part 12. The solicitation document and incorporated provisions and clauses are those in effect through FAR FAC 2005-87 March 7, 2016. The National Park Service, Denver Service Center, Flight 93 National Memorial, intends to solicit and award a Firm Fixed Price (Not-to-Exceed) contract for waste disposal service/tipping fees for the disposal of approximately 1,468 tons of demolition debris at local landfill. This requirement is a 100% Small Business set-aside and only qualified Offerors may submit bids. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111 Solid Waste Collection with a small business size standard of $38.50. List of contract line item number(s), quantities and units of measure: ITEM NO SUPPLIES/SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0001 1,468 Short Ton LANDFILL USE MUNICIPLE SOLID WASTE FFP Landfill use from approximately date of award to 1 week. FOB: Destination Scope: The purpose of this contract is to obtain waste disposal service/tipping fees for the disposal of approximately 1,468 tons of demolition debris generated at Flight 93 National Memorial, 273 Park Headquarters Road, Stoystown, PA 15563. General Requirements: The landfill shall be no further than 30 miles from Flight 93 National Memorial, Stoystown, PA. The landfill shall possess all required Federal, State, and local certification and licenses and permits. Tasks: The contractor shall dispose of Government delivered Demolition Debris delivered to the contractor's refuse transfer/disposal site between the normal business hours, estimated between 7:30 A.M. and 4:30 P.M., Monday through Friday and 7:30 A.M. until 1:30 P.M. Saturday, excluding Federal holidays; in accordance with the per ton pricing schedule set forth in the contract. The charges for any tonnage shall be based on the actual weight of refuse delivered. All vehicles shall be weighed by equipment of standard manufacture, furnished, installed, maintained, calibrated, and read by the contractor at its expense. Each vehicle entering the contractor's landfill site shall be weighed upon entering and exiting the site. In the event that any scale fails to register or registers incorrectly (for this purpose any scale which registers not more than two percent high or low shall be deemed correct), during that period, the contractor agrees to accept a weight slip from a certified weigh master as the basis for billing its landfill disposal fee. All billings will be based on actual scale readings. Orders/Invoicing: Invoicing shall be measured by the tonnage of solid waste delivered for the invoicing period based on corresponding trip/ton tickets for each load delivered, and invoiced and submitted electronically through the U.S. Department of the Treasury's Invoice Payment Platform (IPP) (https://www.ipp.gov/). Funds remaining in CLIN 0001, described above, will be de-obligated when services are no longer required. Delivery/Inspection/Acceptance Terms: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government FOB: Destination Seller shall be available at the destination under the terms specified by the buyer for a minimum of 45 days after receipt of award. Bid MUST be good for 30 calendar days. Offeror must be registered in the System for Award Management (SAM) https://www.sam.gov database before an award can be made to them. Failure to comply with the above terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition; 52.212-2, Evaluation-Commercial Items, evaluation criteria shall be based on price, delivery and past performance; Offeror shall include 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition, including: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontracts Awards, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Veterans, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.228-5 Insurance, Work On A Government Installation, FAR 52.232-34 Payment By Electronic Funds Transfer-other than Central Contractor Registration, FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, FAR 52.252-2, Clauses Incorporated by Reference. The Clause at FAR 52.219-6 Notice of Total Small Business Set-Aside applies to this acquisition. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/. The following Department of the Interior clauses will be incorporated into the purchase order and are available upon request: DIAR 1452.201-70 Authorities and Delegations DIAR 1452.204-70 Release of Claims DIAPR 2011-44 Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (September 2011) DIAPR 2010-14 Contractor Performance Assessment Reporting System (July 2010) DIAPR 2010-18 COR/COTR Authorities and Delegations (May 2010) All proposals to be submitted via email by due date and time specified. Questions may be directed to heather_vogt@nps.gov. Proposals are due via email to the attention of heather_vogt@nps.gov (303) 969-2031 no later than 04/25/2016 1:00:00 PM EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PS01092/listing.html)
- Place of Performance
- Address: 273 Park Headquarters Road, Stoystown, Pennsylvania, 15563, United States
- Zip Code: 15563
- Zip Code: 15563
- Record
- SN04092462-W 20160424/160422233850-e705b046e8a8c3b9e2af9502ca957b2a (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 |