Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOLICITATION NOTICE

S -- RESIDENTIAL REFUSE SERVICE

Notice Date
9/21/2020 11:21:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2320Q0541
 
Response Due
9/21/2020 12:00:00 AM
 
Archive Date
10/05/2020
 
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 BUSINESS 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 Refuse Services pickup for BIE, Fort Defiance Headquarters, Crystal Boarding School Housing, Pine Spring Day School Housing, Seba Dalkai Boarding School Housing, Wide Ruins Community School Housing, and Window Rock Housing. 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 Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions 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 is _562511___. DESCRIPTION: Contractor shall provide complete solid waste and recycle material, and collection services in accordance with the statement of work to include pick-up, haul, dump and cleaning of waste receptacles on the government site. Base Year with Four Option Years Product No. Description Base Year: Period of Performance 10/01/2020 to 9/30/2021 1. Refuse Service Fort Defiance Headquarters 2. Crystal Boarding School Housing 3. Pine Spring Day School Housing 4. Seba Dalkai Boarding School Housing 5. Wide Ruins Community School Housing 6. Window Rock Housing Sub Total: Base Year: $______________ Option Year 1: Period of Performance 10/01/2021 to 9/30/2022 1. Refuse Service Fort Defiance Headquarters 2. Crystal Boarding School Housing 3. Pine Spring Day School Housing 4. Seba Dalkai Boarding School Housing 5. Wide Ruins Community School Housing 6. Window Rock Housing Sub Total: Option Year 1: $______________ Option Year 2: Period of Performance 10/01/2022 to 9/30/2023 1. Refuse Service Fort Defiance Headquarters 2. Crystal Boarding School Housing 3. Pine Spring Day School Housing 4. Seba Dalkai Boarding School Housing 5. Wide Ruins Community School Housing 6. Window Rock Housing Sub Total: Option Year 2: $______________ Option Year 3: Period of Performance 10/01/2023 to 9/30/2024 1. Refuse Service Fort Defiance Headquarters 2. Crystal Boarding School Housing 3. Pine Spring Day School Housing 4. Seba Dalkai Boarding School Housing 5. Wide Ruins Community School Housing 6. Window Rock Housing Sub Total: Option Year 3: $______________ Option Year 4: Period of Performance 10/01/2024 to 9/30/2025 1. Refuse Service Fort Defiance Headquarters 2. Crystal Boarding School Housing 3. Pine Spring Day School Housing 4. Seba Dalkai Boarding School Housing 5. Wide Ruins Community School Housing 6. Window Rock Housing Sub Total: Option Year 4: $______________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ STATEMENT OF WORK Solid Waste and Recycle Collection Services 2.0 General Requirements The Bureau of Indian Affairs (BIA) - requires solid waste collection service at Fort Defiance Headquarters, Crystal Boarding School Housing, Pine Spring Day School Housing, Seba Dalkai Boarding School Housing, Wide Ruins Community School Housing and Window Rock Housing. 2.1 Scope of Work The contractor shall provide complete solid waste and recycle material collection services in accordance with the statement of work to include pick-up, haul, dump, and cleaning of waste receptacles on the government site. CONTRACTOR REQUIREMENTS 2.2 General 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 for mechanized handling. The contractor�s name and local phone number shall be prominently displayed on the containers. 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 one time per week. See the table below for pick-up schedule: Waste/Recycle Bin Type and Capacity Number of bins Location Pick-up Requirements 100 Gallon 37 Fort Defiance HQ Residence One (1) time per week 100 Gallon 8 Crystal Boarding School Housing One (1) time per week 100 Gallon 8 Pine Springs Day School Housing One (1) time per week 100 Gallon 11 Seba Dalkai Boarding School Housing 100 Gallon 14 Wide Ruins One (1) time per week Community School Housing 100 Gallon 30 Window Rock Housing One (1) time per week 2.2.4 Contractor Vehicles The 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 Disposal Removal 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 Area Collection 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. 2.3 Minimum Qualifications Contractor shall ensure drivers have a valid driver�s license. Contractor shall meet the Environmental 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 Safety 2.4.1 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 Security Contractor 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 Schedule: The Contracting Officer Representative (COR) and the Point of Contact (POC) are the only individuals authorized to schedule pick-ups. 2.6 Deliverables and Reporting Requirements: Deliverable Description Frequency Delivery Method Monthly Delivery Tickets Present a delivery ticket(s) with the monthly invoice to confirm which containers were pulled. Include the time and date of the pull for each container Monthly Provide with monthly invoice 2.7 Review and Approval: The 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.). END OF SOW Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable 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), FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (JUNE 2020); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach 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 the following FAR clauses 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 (AUGUST 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); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 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 52.222-42- 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 52.223-18, 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 clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; 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 item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, 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 solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment 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 Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contractors 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 the SAM, go to: http://www.sam.gov Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. END
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a37a5a451b0b4395ae9b703f3a23910b/view)
 
Record
SN05805414-F 20200923/200921230211 (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.