SOLICITATION NOTICE
S -- SOLID WASTE DISPOSAL - SOUTH DISTRICT
- Notice Date
- 5/31/2017
- Notice Type
- Presolicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS01506
- Response Due
- 6/7/2017
- Archive Date
- 6/22/2017
- Point of Contact
- Owens, Wayne
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 95 (effective 1/19/17). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/?q=/browse far/52. The solicitation number is P17PS01506 and is issued as a Request for Quotation (RFQ). This RFQ is set-aside for small business. The NAICS code is 562111, Solid Waste Collection. The Government intends to issue a single firm-fixed price contract for disposal of solid waste to the responsive, responsible offeror that represents the best value and can best satisfy the requirements of this RFQ. 01 - DESCRIPTION. The National Park Service (NPS), Lake Roosevelt National Recreation Area (LARO), has a requirement for a single vendor to provide access to scale and dump solid waste on a regular and reoccurring basis. The park plans to award an order a base and 4 options. 02 - SCOPE OF WORK. Lake Roosevelt National Recreation Area The Transfer Station should be in Lincoln or Grant County Washington GENERAL WORK INCLUDES: A. Lake Roosevelt National Recreation Area collects refuse from various locations throughout the park and transports the solid waste in our 25 cubic yd. rear loading garbage truck to a transfer station. B. Provide solid waste and recycling disposal services as follows: 1. Provide access to Transfer station scale and dump platform on a regular and reoccurring basis. a) Allow authorized NPS personnel to access transfer station scales during and after hours as part of official business. b) Provide log book for accurate documentation of weights and measures. c) Record and submit invoices as required by Park Contracting representative. 03 - PAYMENT 1. PAYMENT: Payment will be made monthly, when all specified services have been performed, a final inspection has been conducted by a designated Contracting Officer Representative, and an invoice has been submitted. 2. Invoice shall provide sufficient detail (dates of service, location, quantity, amount in accordance with commercial practice) for payment. 04 ¿ PERIOD OF PERFORMANCE (POP). Performance of this contract will begin on June 15, 2017 through June 14, 2018 (Base Year), plus four (4) Option Year periods. If the Government exercises its option to extend, the following schedule shall prevail: BASE YEAR:June 15, 2017 through June 14, 2018 Option Year I (1)June 15, 2018 through June 14, 2019 Option Year II (2)June 15, 2019 through June 14, 2020 Option Year III (3)June 15, 2020 through June 14, 2021 Option Year IV (4)June 15, 2021 through June 14, 2022 05 - DELIVERY. Deliveries to the facility will be arranged by Matt Hendrickson. 06 - SCHEDULE OF FEES DESCRIPTION OF SERVICESEst. QUANTITY AND UOMEstimated AMOUNT 1.BASE YEAR: 06/15/2017 through 06/14/2018 $___________ per ton ___163____tons$ 2.Option Year I (1): 06/15/2018 through 06/14/2019 $___________ per ton ___250____tons___ $ 3.Option Year II (2): 06/15/2019 through 06/14/2020 $___________ per ton ___254____tons___ $ 4.Option Year III (3): 06/15/2020 through 06/14/2021 $___________ per ton ___259____tons___ $ 5.Option Year IV (4): 06/15/2021 through 06/14/2022 $___________ per ton ___264____tons___ $ TOTAL OF ALL ITEMS (BASE PLUS ALL OPTIONS):$ 07 ¿ ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS ¿ Invoice Processing Platform (IPP) (Apr 2013) SHOULD YOU BE AWARDED THE CONTRACT, the following will be applicable: DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) - IPP REGISTRATION IS NOT REQUIRED UNTIL AFTER AWARD. [HOWEVER, THE CONTRACTOR HAS AN OPTION TO CHOOSE IF THEY PREFER TO BE PAID BY GOVERNMENT CHARGE CARD (INVOICES SENT THROUGH THE EMAIL) OR THROUGH THE IPP SYSTEM. THIS DECISION, ONCE MADE, WILL CARRY THROUGH THE ENTIRE CONTRACT PERFORMANCE PERIOD AND CANNOT BE MODIFIED.] If the contractor chooses to use the IPP system, payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor's business invoice (upload your business invoice as an attachment to the IPP invoice before you click "submit" in IPP). Contractor's failure to attach the required documentation will result in the IPP invoice being rejected. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. NOTE - - Content of a proper invoice shall include the following, in accordance with Federal Acquisition Regulation 32.9 - Prompt Payment: (a) Name and address of the contractor, (b) Invoice date and invoice number (Contractors should date invoices as close as possible to the date of mailing or transmission), (c) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number), (d) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, (e) Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading, (f) Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment), and (g) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. ---------------------------------------------------------------------------------------------------------------- The National Park Service is a Federal Government agency exempt from state and local sales tax, Tax Exempt ID#140001849. ---------------------------------------------------------------------------------------------------------------- 09 - 52.217-8 OPTION TO EXTEND SERVICES The Government may require continued performance of any services within the limits and at the rates specified in the contract. The rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of required extension. 10 - 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (a) The Government may extend the term of the contract by written notice to the Contractor within 30 days; provided that the Government gives the Contracting Officer a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises the option, the extended contract shall be considered to include the option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 11 - 13. 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors, other than price, when combined, are considered more important to price. The following factors shall be used to evaluate: Location Price Quote must be good for 30 calendar days after close of this solicitation. The government reserves the right to make award without discussions. The government reserves the right to cancel this solicitation. 12 - FAR COMMERCIAL CLAUSES The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference which applies to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017)-offer to include a completed copy of the provision if not in SAM; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017), paragraph (a): 52.203-19, 52.209-10, 52.233-3, 52.233-4 and the following clauses in paragraph (b): 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, paragraph (c) applicable to commercial services: 52.222-17, 52.222-41, 52.222-42, 52.222-43, 52.222-55. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 13 QUESTIONS. Any questions regarding this solicitation MUST be submitted in writing via email (phone or fax questions will not be accepted). Send email question(s) to Wayne Owens at email address wayne_owens@nps.gov and reference the solicitation number in the subject line as ¿P17PS01506-Question(s) ¿ by June 5, 2017 @ 4:00 pm PT. 14 HOW, WHERE AND WHEN TO SUBMIT THE QUOTE. Quotes can be submitted by email, or hand-delivered. Telephone or faxed quotes will not be accepted. For email submittals, email to wayne_owens@nps.gov and include the solicitation number "P17PS01506-QUOTE" in the subject line. Quotes must be received at the National Park Service, Lake Roosevelt Recreation Area (LARO) no later than 4:30pm Pacific Time (PT) on Tuesday, June 6, 2017. If a quote is hand-delivered, write the solicitation number "P17PS01506-QUOTE" on the envelope as well as the contractor ¿s name, address and contractor ¿s point of contact. The hand delivered quote must be received in this office, 1008 Crest Drive, Coulee Dam, WA 99116-1259 by the closing date (Wednesday, June 7, 2017 @ 4:30 pm PT).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01506/listing.html)
- Record
- SN04526650-W 20170602/170531234722-09f51cb86a7d6a037e0630bb793c4fd9 (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 |