Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

S -- TRASH DISPOSAL SERVICES

Notice Date
12/12/2019 11:55:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
CENTRAL OFFICE RESTON VA 20191 USA
 
ZIP Code
20191
 
Solicitation Number
140A2320Q0048
 
Response Due
12/18/2019 8:59:59 PM
 
Archive Date
01/02/2020
 
Point of Contact
Johnson, Mary Jane
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Awardee
null
 
Description
This ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSNESS SET ASIDE UNDER THE BUY INDIAN ACT (25 (U.S.C).The offeror represents as part of its offer that it { } does { } does not meet the definition of Indian Economic Enterprise as defined in 14.80.201.The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE Seba Dalkai Boarding School, HC 63 Box H, Winslow, AZ 86047. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation NO. herein cited will be procured under FAR 12, Acquisition of Commercial Items. Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-101. This acquisition is set aside 100% Indian Small Business Economic Enterprise (ISBEE). In order to participate in this solicitation, vendors MUST qualify under the following NAICS CODE 562111.Description: Contractor shall provide services consisting of furnishing all labor, material, equipment, supervision, permits, insurance, transportation and incidentals for Waste Removal Services for Seba Dalkai Boarding School, at locations identified on the Statement of Work (SOW). Contractor shall provide Waste Removal Services once (1) per week, during the hours of 8:00 A.M. to 5:00 P.M. (weekdays), per the SOW below. Period of Performance Refuse Pickup1. BASE YEAR: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week. January 1, 2020 to December 31, 2020 @ 2 locations.2. OPTION YEAR 1: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week. January 1, 2021 to December 31, 2021 @ 2 locations.3. OPTION YEAR 2: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week. January 1, 2022 to December 31, 2022 @ 2 locations.4. OPTION YEAR 3: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week. January 1, 2023 to December 31, 2023 @ 2 locations.5. OPTION YEAR 4: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week. January 1, 2024 TO December 31, 2024 @ 2 locations. Base Year:One (1) time Monthly Refuse Pickup at Seba Dalkai Boarding School, and Seba Dalkai Boarding School Quarters 2 times per week for each location. Include all Applicable Taxes (Navojo Nation and Arizona Taxes) $ _________________Base Year Total $ ____________________________ Option Year 1: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week.Include all Applicable Taxes (Navojo Nation and Arizona Taxes) $ _________________OPT YR 1 Year Total $ ____________________________ Option Year 2: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week.Include all Applicable Taxes (Navojo Nation and Arizona Taxes) $ _________________OPT YR 2 Year Total $ ____________________________ Option Year 3: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week.Include all Applicable Taxes (Navojo Nation and Arizona Taxes) $ _________________OPT YR 3 Year Total $ ____________________________ Option Year 4: Seba Dalkai Boarding School 3 cy yard bin 2 (two) times per week, Seba Dalkai Boarding School Quarters 6 trash cans 2 (two) times per week.Include all Applicable Taxes (Navojo Nation and Arizona Taxes) $ _________________OPT YR 4 Year Total $ ____________________________ Grand Total for All Years:����������������������____________________________STATEMENT OF WORKSEBA DALKAI BOARDING SCHOOL REFUSE SERVICESDESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK1.0 General Requirements1.1 Introduction/Background: The Bureau of Indian Education, Arizona Navajo South(ANS) Seba Dalkai Boarding School Facility Management, oversees the Operation and Maintenance of Seba Dalkai Boarding School.Seba Dalkai Facility Management is seeking waste removal services for the above mentioned School; the required services include but are not limited to contractor furnished roll off bins and trash bins. This Statement of Work may be amended to include other Items of Work as needs are Identified.1.2 Physical School Locations:Seba Dalkai Boarding School-42 miles north of Winslow, AZ. On state Highway 87.1.3 Direction: The Contractor shall accept directions only from the Contracting Officer's Representative (COR). Any changes to the project scope or other provisions of this Statement of Work (SOW) must be authorized in writing by the Contracting Officer (CO).1.4 Performance Time: The base period of performance shall begin on the effective date of the notice to proceed or issuance of a Purchase Order, through a 12 month period, with the government's unilateral right to exercise up to four, 12 month option periods.1.5 Protection of Existing Facilities and Work: All areas that are used for access shall be kept clean and any damage to these areas shall be repaired to match the original condition.2.0 Scope of Work2.1 The contractor shall furnish all labor, supervision, materials, licenses, permits, tools, insurance, transportation, equipment and container maintenance for solid waste removal at the listed locations in section2.1.2. The contractor shall perform to the contract standards along with adhering to local, state, and federal regulations. The contractor is encouraged and expected to use innovative approaches to effectively and efficiently accomplish this Statement of Work (SOW) at a reasonable cost.2.1.3. The Contractor shall furnish sufficient personnel to ensure the expeditious accomplishment of the work on a monthly or semiannual basis.2.1.4 On-Site Assessment: Contractor shall verify all items of work and notify the COR of any discrepancies or concerns prior to performing any work. Prior approval is necessary for such a visit.2.2 Contractor Requirements:2.2.1 The contractor shall provide solid waste collection services and waste equipment rental. The contractor shall provide an all-inclusive rate for waste collection services and waste equipment rental to include, but not limited to, travel, labor, and equipment.2.2.2 Containers (bins) shall be standard commercial industry type of heavy gauge metal construction and designed mechanized handling. The contractor shall replace any damaged lids for all bins, as identified and reported by the COR. All lids to the bins shall be closed each time the bins are emptied and set back down in place.2.2.3 Contractor Tasks: Contractor shall provide solid waste collection services per week. See section 3.1 for pick-up schedule.2.2.4 Contractor VehiclesThe contractor shall use vehicles specifically designed for refuse collection which do not permit loss of refuse. The contractor shall have sufficient equipment for performance of this purchase order.2.2.5 Removal and DisposalRemoval time and frequency may be altered to meet the needs of the government. Refuse disposal methods shall be in accordance with Federal, State, and Local government health and sanitation codes and regulations to include Environmental Protection Agency (EPA) regulations. In the event that two or more regulations conflict, the contractor shall adhere to the more stringent of the regulations. The disposal of waste shall be in a legally and environmentally safe manner. The contractor shall provide written documentation for an approved landfill that meets all Federal, State, and Local regulations.2.2.6 Cleanliness of Collection AreaCollection stations shall be left in a neat in orderly manner. All solid waste in the vicinity of the collection areas, including spillage and waste left in the area by the contractor, shall be picked-up by the contractor.ensure Contractor shall meet theEnvironmental and OSHA requirements; be in accordance with Executive Order 134.23, Strengthening Federal Environmental, Energy and Transportation Management; and be in compliance with the Environmental Management System (EMS) required by EPA. Contractor shall also ensure drivers are familiar with the government's compactor.2.4 Workplace Safety2.4.1 Due to the nature of the educational environment of the facility and daily operations, all work shall be in accordance with common safe work practice according to OSHA for Safety and Health Programs to prevent accidents or injuries.2.4.2 The contractor shall comply with all applicable Federal laws and with such additional measures the COR may determine to be necessary. The contractor is required to implement a ZERO INJURY PROGRAM for these services.2.4.3 Safety and SecurityContractor Employee Identification. Before commencing work under this purchase order, the contractor shall ensure all drivers wear identifying apparel with the company logo visible. The contractor's logo shall be visible on all vehicles used in the performance of this purchase order.2.5 Review and ApprovalThe COR or POC shall review and approve services during the duration of the scheduled work (i.e. COR will notify the contractor when bin lids are not closed or damaged and when debris has fallen out of the bin during pick-up and not cleaned up, etc.).3.0 Items of Work3.1 Refuse Collection:Seba Dalkai Boarding School 3 cy yard bin 2 times per weekSeba Dalkai Boarding School Quarters 6 trash cans 2 times per week3.2 Repair Service3.2.1 Repair service shall be defined as a service call to correct any problem with bins or condition of the bin that requires the contractor to provide repair prior to the next scheduled service.3.2.2 Incidental charges associated with this repair, including but not limited to, fees, charges, Tickets, mileage, etc. shall be incurred by the Contractor at no additional charge to the Government.3.2.3 The Contractor shall comply with all applicable Federal laws and Policies with such additional measures as the COR may find necessary to perform solid waste removal services for the listed school in section 1.2.END OF STATEMENT OF WORKAward will be made to the lowest priced offeror whose quote is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be (i) Price [The Total Price for all CLINs plus Option CLINs will be evaluated. Offerors shall include pricing for the Base Period of Performance and Four Option Periods to be considered for award] and (ii) Past Performance [Past performance will be evaluated as positive, negative, or neutral. All proposals shall submit at least three Points of Contact with complete name, phone number and e-mail address that can confirm relevant past performance. An offeror without a record of relevant past performance or whom information on past performance is not available will not be evaluated positive or negative on past performance. If the offeror has no record of past performance, they will be rated neutral. Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of proposals (e.g., the relevance of an offeror's information to resolve minor or clerical errors.)M.2. EvaluationThe Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either �Acceptable� or �Unacceptable�. All factors must be �Acceptable� in order to be determined as technically acceptable. A proposal with any factors that are rated as �Unacceptable� will not be considered.M.3. Evaluation FactorsFactor I - Technical CapabilityFactor II - Management CapabilitiesFactor III - Past PerformanceFactor I - Technical Capability proposal for services to provide a service, in accordance with the Scope of Work in accordance with the SOW.The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following:a) Knowledge and understanding of the requirements outlined in the SOW.b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d) Capability to produce deliverables in response to the SOW.Factor II - Management Capabilities for services to provide a service, in accordance with the Scope of Work in accordance with the SOW.Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description:a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path.c) Describe how the prime intends to deliver service. In accordance with DIAR, 1452.280-3, Subcontracting Limitations. A contractor shall not subcontract to other than responsible Indian economic enterprises more than 50 percent of the subcontracted work when the prime contract was awarded under the Buy Indian Act. Prime shall demonstrate how refuse services will be provided.Factor III - Past Performance for services to provide a service, in accordance with the Scope of Work in accordance with the SOW.Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. ""Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction"". See Appendix II.CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (Oct 2014)m /far 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract of Terms and Conditions Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52-217-8, Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-6, (Deviation 2019-00003) Notice of Total Small Business Set-aside, 52.219-14 Limitations on Subcontracting (Deviations 2019-0003), FAR 52.219-13, Notice of Set-Aside of OrdersFAR5 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3353); FAR 52.233-4, Applicable Law for Brach of Contract Claim (Oct 2004) (Pub. L.108�77, 108-78). In Paragraph (b) of FAR 52.212-5(b), The Contractor shall comply with following FAR clause that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); Far 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014)( 31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.22-19, Child Labor Cooperation with Authorities and Remedies (Feb 2016; 52.222-21 Prohibition of Segregated Facilities (April 2015)l 52.222-26, Equal Opportunity (Sept 2016); 52-229-3, Federal, State and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52.222-41 Service Contract Labor Standards;; FAR 52.222-41 Statement of Equivalent Rates for Federal Hires: FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011); FAR 52.5523-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clause are herein incorporated as follows: DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside; DIAR 1450-16-1 Homeland Security Presidential Directive, DIAR 1452.250-2; DIAR 1452.280-3 Subcontracting Limitations; DIAR 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR 1480.503 Commercial items or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR 1452.226-70 Indian Preference; DIAR 1452.223-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solutionsElectronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payments requests must be submitted electronically through the U.S. Department of the Treasury�s Internet Payment 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 [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 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. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representation and Certifications � Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIR 145.280-4) are required to be considered for award. The RFQ us be submitted to Gertrude Bryant by email Gertrude.Bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contracts submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about SAM, go to: http://www.sam.govEND OF CLAUSESAward will be made to the lowest priced offeror, who�s quote conforming to the requirements herein, will be most advantageous to the Government, ad is fair and reasonable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/49752e0a149749ea976267881841884d/view)
 
Record
SN05515227-F 20191214/191212230307 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.