Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOLICITATION NOTICE

S -- Trash Collection, Removal and Recycling Services

Notice Date
5/20/2021 7:13:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
693JF7 DOT MARITIME ADMINISTRATION WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
693JF721R000010
 
Response Due
5/24/2021 7:00:00 AM
 
Archive Date
11/12/2021
 
Point of Contact
Alfredia Rich-Murphy, LaChelle Johnson
 
E-Mail Address
alfredia.rich-murphy@dot.gov, lachelle.johnson@dot.gov
(alfredia.rich-murphy@dot.gov, lachelle.johnson@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose for this Amendment no. 4 is for the following: 1. To reopen to extend the response due date to May 24, 2021 at 10:00 am EST.� 2. To replace FAR Clause 52.212-5 on pages 43 through 56 of the Combined Synopsis/Solicitation with the corrected pdf version. 3. To emphasize what is required for submissions of proposals described below: Each Proposal Volume should be submitted as a separate file: Volume 1:� Price:� Firm Fixed Price for the Base and for 4 one-year options.� Include your price list for each container, dumpsters, receptacles, etc. that will be used in providing the services for this requirement in the event adding or removing receptacles becomes necessary as well as any other itemized equipment or services which�must be executed in a modification authorized by the Contracting Officer. Volume 2: Technical Approach:� No more than 5 pages. Volume 3: Corporate Experience:� No more than 5 pages. Volume 4: Quality Control Management Plan: No more than a 10-page document (see performance standards attached in this solicitation). Volume 5:� Past Performance:� No more than a 2-page document containing at least 2 completed contracts of similar description, size and magnitude within the last 10 years, Contract number, Period of Performance of the contract, the name of the company the contract was with, Point of Contact information for that company such as name of the Owner, telephone number, email address and location. The purpose for this amendment is to make the following changes to the attached RFP: 1. To reopen to extend the response due date to May 17, 2021 at 2:00 pm EST.� 2. To schedule a 2nd site visit for Friday, May 14, 2021 at 10:00 am EST. The Point of Contact for the site visit is John Curran, Director of Administrative Services, Administrative Service at email: curranj@usmma.edu.� Cc:� alfredia.rich-murphy@dot.gov.� Send an email request for the scheduled site visit by 11:30 pm on May 13, 2021. 3. To replace text on page 2, paragraph 1 to read:� 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 and in accordance with the simplified acquisition procedures authorized in FAR Subpart 13.5 used in accordance with 41.U.S.C.1901 or the authority of 41 U.S.C.1903. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All vendors shall be registered at www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the www.beta.sam.gov under Contracting Opportunities (FBO). 4. To replace text on page 2, paragraph 2 to read:� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 dated May 10, 2021. 5. To remove the following clauses incorporated by reference: 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity 52.223-6 Drug-Free Workplace 52.232-18 Availability of Funds 6. To add the following clauses incorporated by reference: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-20 Predecessor of Offeror 52.232-19 Availability of Funds for the Next Fiscal Year 7. To change the evaluation criteria by adding an Addendum to 52.212-2 Evaluation- Commercial Items (Oct 2014) and to read: Pursuant to 13.106 Soliciting competition, evaluation of quotations or offers, award and documentation. The award will be based on best value of the following factors: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; listed in no order of importance: - Technical Approach - Corporate Experience - Quality Control Management Plan - Past Performance - Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)� The purpose for this amendment is for the following: a. To attach the Site Visit Sign-In Sheet. b. All other terms and conditions remain unchanged. The purpose for this amendment is for the following: a.� The site visit is scheduled for Monday, April 26, 2021 at 10:00 am. The Point of Contact is:� John Curran, Director of Administrative Services US Merchant Marine Academy (USMMA) 300 Steamboat Road Kings Point, NY� 11024 Office no. 516-726-6148 Please be sure to sign in.� Questions that can wait until after the site visit should be sent the Contracting Officer via email: alfredia.rich-murphy@dot.gov and copy curranj@usmma.edu . b.�To�add the following�changes to the SOW. The Contactor will only perform Trash Removal services on the outside, so we need to post an amendment to the solicitation, specifically, the PWS to remove the following 6 clarifications from the PWS.� See pages __7__ and __9__:��� � Mixed Paper: The Contractor shall empty all recycling containers identified as and used for mixed paper recycling. The containers are located in offices, elevator lobbies, resource rooms and near the photocopy machines. Individual office recycling containers shall be emptied one time per week on Wednesday (non- trash removal day). Office recycling bins will be placed at least 6 feet from desk/chair by employees for emptying; once recycling bins are emptied by custodial staff, bins will be returned to same location. Non-office recycling containers (i.e. elevator lobbies, resource rooms) shall be emptied with sufficient regularity to ensure that the lids always close properly and there is no evidence of paper visible (approximately twice per week). The floor area surrounding the containers shall be kept neat, orderly and free of debris.� Containers shall be washed as needed to maintain clean appearance and smell. Commingled Materials: The Contractor shall empty all recycling containers identified as and used for commingled recycling (cans, plastics, bottles). The containers are mainly located in, but not limited to, elevator lobbies, resource rooms, cafeteria and exterior locations.� Commingled recycling containers shall be emptied with sufficient regularity to ensure that the lids always close properly and there is no evidence of materials visible (approximately twice per week). The floor area surrounding the containers shall be kept neat, orderly and free of debris. Containers shall be washed as needed to maintain clean appearance and smell. Cardboard: The Contractor shall collect all excess cardboard and boxes labeled as trash or recycling from, but not limited to, elevator lobbies, corridors, newsstand, shipping/receiving, resource rooms and loading dock. If not already broken down, the Contractor shall break down boxes and place into large trash hampers provided by the Government in loading dock area until removed from USMMA premises. Recycled materials, including paper, commingled, and cardboard, shall be stored in containers designated for recycling as needed prior to being removed from the property, approximately twice per week.� Trash and Recyclables Removal: All waste baskets, recycling bins, cigarette butt receptacles, pencil sharpeners and other trash containers within the area shall be emptied and returned to their initial locations. Boxes, cans and papers placed near a trash receptacle shall be removed if approved by local office personnel and placed in recycling bins. Any obviously torn plastic trash receptacle liners in such receptacles shall be replaced. Ashes and debris shall be removed from cigarette butt receptacles and placed in a non-flammable container.� Trash shall be disposed of in plastic bags secured with bag ties. At the Contractor�s discretion, recyclables can be collected in clear plastic bags secured with bag ties or placed directly into appropriately labeled dumpsters (loose cardboard or containers).� The Contractor shall pick up any trash or recyclables that may fall onto the facility or grounds in the area around collection points during the removal of such collected waste. If the trash or recycling storage areas are in an enclosed area, the Contractor shall be responsible for relocating trash to designated pick up areas as directed by the TPOC, COR, COTR. Outdoor recycling receptacles will be added next to the existing trash receptacles. This is a Request for Proposal (RFP)�for trash collection, removal and recycling services at the US Merchant Marine Academy (USMMA). Please read the solicitation in its entirety.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98b9b16beb8646d29265b1990f91d3c4/view)
 
Place of Performance
Address: Kings Point, NY 11024, USA
Zip Code: 11024
Country: USA
 
Record
SN06008300-F 20210522/210521201527 (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.