Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOURCES SOUGHT

S -- Solid Waste Gateway Arch National Park

Notice Date
4/10/2018
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0032
 
Response Due
4/18/2018
 
Archive Date
5/3/2018
 
Point of Contact
Bochenek, Michael
 
Small Business Set-Aside
Total Small Business
 
Description
Gateway Arch National Park St. Louis, MO Performance Work Statement (PWS) For Solid Waste and Recycling Services Revised 4/2/2018 I. DESCRIPTION OF WORK: In accordance with the terms and conditions of the Contract, the Contractor shall perform the work of this project for Gateway Arch National Park (JEFF) as described below. A.Park Overview 1.Gateway Arch National Park is an urban park located in the City of St. Louis, MO. The average visitation is 2.6 million visitors annually. The park is currently undergoing a major renovation with the third of 4 phases to see its grand opening July 3, 2018. Once completed visitation is estimated to see a temporary increase to 4 million visitors for the 3-5 years, then return to our regular visitation numbers of 2.6 million annually. 2.Providing timely and quality solid waste removal services on a consistent basis for Gateway Arch National Park shall be the most important consideration for the contractor in performing the work of this project. B.General Project Requirements: 1.The contractor shall provide personnel to efficiently perform the work of this contract. Failure to provide a sufficient number of qualified employees will not be grounds for any modification or waiver of contract requirements. 2.All persons employed under this contract shall be subject to all applicable federal, state, and county regulations and laws. It shall be the contractor ¿s responsibility to inform his/her employees of such regulations and laws, and to ensure their compliance. 3.All drivers and vehicles will require a park pass to enter the park property. Drivers must submit a copy of their valid driver ¿s license for a background investigation. Prior to the issue of a park pass. 4.All contractor personnel must use approved safety equipment appropriate to the contract work being performed. Safety equipment and personal protective equipment must conform to OSHA Safety and Health Standards. 5.The contractor shall immediately notify Law Enforcement (by dialing 314-655-1701) of any and all accidents to which the contractor ¿s employees are a party or witness; of any and all accidents involving his/her employees or equipment working under this contract in the park. For contract-related emergency issues, the contactor shall contact the Contracting Officer ¿s Representative (COR) who will be designated at the time of award. 6.The contractor and all of his/her employees and subcontractors shall treat all members of the visiting public with respect and courtesy. 7.The contractor shall provide refuse collection type vehicles and equipment and maintain all vehicles and equipment necessary to perform the requirements of this contract. Contractor vehicles shall have the company name prominently displayed on both sides of the vehicle. Vehicles shall be maintained and cleaned to present a neat, professional appearance. All vehicles shall be registered, licensed, insured, and operated in accordance with either the State of Missouri or Illinois by a licensed driver. All vehicles used in the performance of this contract shall be in operable condition and meet the local, state, and federal safety requirements. Vehicles found to be unsafe and unable to function as designed, shall be restricted from entering the Park. Vehicular repairs shall not be performed in the Park. Fluid leaks or spills from contractor vehicles or equipment will not be allowed. Clean up of oil or other fluid spills from vehicles and equipment will be the contractor ¿s responsibility. Cleanup of spills shall occur within 24 hours of notification. 8.Adequate measures shall be taken to prevent spillage of refuse during pick-up operations. All refuse spilled during this operation shall be cleaned up prior to leaving the site. The contractor shall be responsible for immediately cleaning up any spills, debris, etc. after collecting refuse or recyclables at a collection location. The contractor shall pick up all litter and waste on the ground within a ten-foot radius of the container, during the collection. 9.The contractor shall report any trash that was not properly inserted into the dumpsters to the COR. The contractor will not be responsible for trash that was not properly inserted into the dumpsters. 10.The contractor shall transport and dispose of all solid waste at a licensed off-Park site selected by the contractor. Disposal shall be in accordance with existing local, state, and federal regulations. The contractor shall be responsible for all permits or fees associated with the use of off-Park disposal locations. Recyclable material (Mixed Recycling and Cardboard) shall be disposed of at a certified recycling facility. A Submittal of where solid waste and recyclable material will be disposed of will be reviewed and approved by the government before the start of work. It is the interest of the government and Mount Rushmore National Memorial, to ensure recyclable products are recycled and not disposed of in regular waste streams. 11.The contractor shall submit electronic invoices monthly via the Invoice Processing Platform (IPP) that include the invoice performance period, the date and location of the dumpster(s) tipped, and electronic copies of weight and disposal receipts from an authorized landfill or recycling center. Invoices and all receipts/weight tickets shall be submitted electronically to the government not later than 10 business days after the previous month ¿s period of performance. Invoices not conforming to this requirement shall be rejected. (This may be difficult with the 8 yard dumpsters- in the past they comingle multiple sites in their trash trucks with no knowledge of weights) 12.Contaminated loads of recycling: Should recycled materials (Mixed Recycling and Cardboard) be contaminated, the government shall be notified in advance of being billed for landfill disposal of materials intended to be recycled. (this may be difficult as visitors and 90% of park staff don ¿t understand what can and cannot be recycled- we will continue to train on this one) 13.Provide Dumpsters / Containers and service them as outlined in section II (below). a. Dumpsters shall maintain a professional appearance of clean easily identifiable name. b. Lids and all associated equipment within this contract shall be in good repair and generally rust free. c. Dumpsters and containers shall not leak any type of fluid onto pavement surfaces. Any fluid leaks or stains caused by such leaks shall be cleaned and removed at the expense of the contractor. II. INDIVIDUAL REQUIREMENTS: 1.Park Shipping and Receiving Road- 11 North 4th Street St. Louis, MO 63102 Drivers will access the secured park site through the entrance on North bound Memorial Drive just south of the Old Cathedral parking lot. Once to the gate there is a push button to request access from dispatch who will buzz truck in. Drivers need to be aware of cross sidewalks to the road, and the potential of pedestrians between the hours of 6 am to 11 pm. Provide One (1) 8 cubic yard covered refuse container for trash / waste removal, and (1) 8 cubic yard covered recycling container. Pick-up frequency will be on a seasonally scheduled basis, see table below. Contractor shall provide service as requested within 24 hours of being notified by phone or email, and pick up services shall occur before 8 am. The container shall be dropped at the designated site shall not exceed 7 feet in width, 8 feet in length, or 8 feet in height. The container shall have either a side door opening or double lid opening to allow users to easily dispose of trash from the side of the unit or from the top. Solid waste contract to provide for seasonal trash and recycling pickup with 3 days a week (Monday, Wednesday, and Friday) Labor Day to March, 1. From March 2 to Memorial Day trash pickup 4 days a week (Monday, Wednesday, Friday, and Saturday), and 6 days a week Memorial Day to Labor Day (Monday, Tuesday, Wednesday, Thursday, Friday, and Saturday). This would include a 8 yard trash dumpster for food wastes, and a 8 yard single stream dumpster for recycled materials. MonthEstimated Number of PickupsPickup days January15M-W-F February12M-W-F March18M-W-F-S April17M-W-F-S May17M-W-F-S June26M-T-W-TH-F-S July25M-T-W-TH-F-S August26M-T-W-TH-F-S September25M-T-W-TH-F-S October15M-W-F November13M-W-F December13M-W-F Total222 5. The Government will identify and provide contact information for National Park Service employees who are authorized to request service / pick up at the time of contract award. III: QUALITY CONTROL PLAN A.Contractor shall establish a complete, written Quality Control Plan (QCP) to ensure that the requirements of the contract are provided as specified. The QCP ¿s purpose is to provide a plan for meeting all requirements of this contract. The QCP is intended to identify and correct deficiencies before contract performance becomes unacceptable. Contractor shall provide information regarding inspections, maintenance and safety practices, and discusses proactive planning and solutions to remedy deficiencies. B.Contractor will provide a quality control summary with offer and a final QCP prior to commencement of performance for the government ¿s review and approval. IV: PERFORMANCE REQUIREMENTS SUMMARY The Government expects the contractor to collect solid waste as outlined in the Performance Work Statement. Acceptance of the work will be based on compliance with the work specifications. Non-compliance with any specification will constitute unsatisfactory performance and the contractor will be required to correct any deficiencies. The contractor service requirements are summarized into performance service tasks that relate directly to mission essential items. The Government will utilize the following summary matrix to monitor contractor performance. V: PERFORMANCE SUMMARY: See Next Page Below: Required Services (Tasks)Performance StandardsAcceptable Quality LevelsMethods of Surveillance (Positive and/or Negative) After each dumpster pick up, dumpsters should be returned to proper location with all lids and equipment secured and in fully functioning operational status. Dumpsters will be maintained as per SOW. _________________ Dumpsters / containers are tipped /dumped as requested as per the Individual Requirements section outlined in Section II in the SOW. _________________ Housekeeping associated with emptying of dumpsters as per SOW. ________________ Spillage of Petroleum Products, oil, and Hydraulic Fluids will not be allowed. _________________ Supporting documents will be correct in NPS Electronic Invoice system.(IPP) Contractor provides weight / landfill tickets electronically each month. ___ Service Requests are met within 24 hours, and as outlined in the SOW. ____________ Contractor will keep all dumpster areas clean with debris removed during the tipping / removal process ___________ Contractor will maintain trucks such that no spills will occur. ____________ Contractor Supporting documents are correct in IPP. Weight and Landfill receipts are legible and provided by the 10th business day of the month following the month the work was performed. 95% compliance and/or not more than one documented complaint per month _________ 95% compliance and/or not more than one documented complaint per month _________ 95% of cleanups, and debris removed within same business day of tipping process and/or not more than one documented complaint per month _________ 99% compliance, no more than one instance per year _________ No more than one instance of non-compliance per yearCOR and or project inspectors will conduct random monitoring and document improper placement of dumpsters. Onsite inspection and photographs will be taken of non-compliant issues _______________ COR and inspectors will conduct random on-site monitoring and document missed collection times. _______________ COR and inspectors will conduct random monitoring and document housekeeping __________ COR will monitor and report spills. Contractor will be responsible for clean up of spills. COR will confirm acceptable levels of clean up. _______________ FBMS receiving official working with COR finds that supporting documents are correct. COR finds that contractor is submitting weight and landfill tickets on time. Document past performance regarding dumpster / container pickup, placement, and positioning of lids to include positives and negatives; positives will result in less monitoring. ________________________ Document past performance regarding schedules to include positives and negatives; positives will result in less monitoring. _________________________ Document past performance regarding housekeeping to include positives and negatives; positives will result in less monitoring. __________________________ Document past performance regarding spillage to include positives and negatives; positives will result in less monitoring. _____________________ Document past performance regarding invoicing to include positives and negatives; positives will result in less monitoring. PROPOSED CONTRACT PERIODS: BASE Contract PeriodApril 15, 2018 - April 14, 2019 OPTION Period 1April 15, 2019 - April 14, 2020 OPTION Period 2April 15, 2020 - April 14, 2021 OPTION Period 3April 15, 2021 - April 14, 2022 OPTION Period 4April 15, 2022 - April 14, 2023 Project Contacts: Laura Stresemann, Facility Operations Specialist 11 North 4th Street St. Louis, MO 63102 Office: (314) 655-1626 Cell: (618) 419-1513 Laura_Stresemann@nps.gov Michael Schreiber, Contracting Officer 11 North 4th Street St. Louis, MO 63102 Office: 314-655-1681 1.1.Operational Hours. The contractor shall establish routes and schedule based on the most cost effective and efficient method. Pickups shall be scheduled only between 7:00 pm to 8:00 am daily Monday thru Saturday. Collection outside designated hours shall require approval by the COR. 1.2.Collection Disruption. The contractor shall notify the COR of any conditions that may interrupt the performance such as blocked container sites, delays due to security measures, and vehicle breakdowns. Collections as a result of authorized delays shall be performed the next business day. The contractor shall coordinate these disruptions with the COR. The contractor shall collect refuse material during periods of inclement weather. In cases of severe weather, the COR may authorize exceptions. When exceptions are granted, the contractor shall make up all missed collections within 24 hours after the severe weather has terminated, unless the COR authorizes additional time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0032/listing.html)
 
Record
SN04884205-W 20180412/180410230825-300305b40057d42866a97f3c43b1ec39 (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.