Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1996 PSA#1708

Commanding Office, United States Coast Guard, Support Center, Building Number 981, Elizabeth City, North Carolina 27909-5006

S -- REFUSE COLLECTION SOL DTCG8496Q0001 DUE 110796 POC Contact Point, CWO3 D. R. Lane, Contracting Officer,919/335-6404, Fax 919/335-6450 This is a combined synopsis/request for quotation for commercial services. This announcement constitutes the final request for quotation; proposals are being requested and a written request for quotation/solicitation will not be issued. All responsible sources may submit an offer which will be considered. Facsimile submission are requested but not required. This is set aside for small business for the following: The contractor is to perform refuse collection service by mechanically-operated refuse collection trucks designed to hoist and replace front load containers. The containers are Coast Guard owned dumpsters located at various sites within the Coast Guard Support Center, Elizabeth City, North Carolina. Location of dumpsters will be provided upon requestby calling the contact number identified above. The exact location of the dumpsters shall be subject to change of location at any time during the contract period with seven days written notice. If at any time the quantity of dumpsters is found to be insufficient or excessive we will upon seven days writtennotice, add or delete dumpsters at the agreed upon price per dumpster. ? The Coast Guard may at any time during the contract period add or replace dumpster of various sizes; we currently have the following in use; seventeen each, eight cubic yard capacity and seven each, four cubic year capacity. Contractor's offer is to be submitted based on a ''per dumpster'' price for the two dumpster sizes stated. General Requirements are to include A. Performance; Carelessness, hasty performance evidenced by dirty refuse containers, scattered refuse, and containers improperly placed will constitute unsatisfactory workmanship. Damage to roads, grounds, building, and other government property resulting from contractor's employees' performance shall be promptly repaired by the contractor at no cost to the government. Failure to promptly repair aforesaid damage will result in Government repairs of damage with cost charged to the Contractor. B. Clean Containers; The Contractor will ensure that containers are empty of refuse prior to replacing in the service area. If the breeding of insects in the containers becomes a problem, the Contractor shall spray the containers with an insecticide periodically at the direction of the contracting officer or his designated representative. Insecticide will be provided by the Contractor. C. Schedule of Service; The frequency of collection shall be twice a week, every Monday and Thursday between the hours of 8:00 am. And 4:00 PM. Closing date and time for receipt of offers is 7November 1996 3:00pm, Eastern Standard Time. Facsimile Offers are acceptable any may be forwarded via Fax Number (919)335-6450. FAR provision, 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price. Offerors are instructed to include a completed copy of FAR provision 52.212-3 ''Offeror Representations and Certifications -- Commercial Items: with their bid. If a copy of this certification is needed, it may be requested by calling the contact number identified above. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors -- Commercial Items (Oct 1995) FAR 52.212-2 Evaluation -- Commercial Items (Oct 1995) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jun 1996) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items. (Aug 1996) FAR 52.222-26, Equal Opportunity (Apr 1984) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984) FAR 52.222-36, Affirmative Action for Handicapped Workers (Apr 1984) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988) FAR 52.225-3, Buy-American Act--Supplies (Jan 1994)? Insurance: contractor is required to show proof of adequate insurance prior to commencement of work. Adequate insurance for this purpose is defined as: A. Workers' Compensation and Employer's Liability with employer's liability coverage of at least $100,000. B. General Liability with bodily injury liability coverage written on the comprehensive form of policy, with coverage of at least $500.000 per occurrence. C. Automobile Liability insurance written on the comprehensive form of policy, providing for at least $200,000 per person and $500,000 per occurrence bodily injury and $20,000 per occurrence for property damage. For Minority, Women-Owned and disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantage business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP please call the OSDBU at (800) 532-1169. (0297)

Loren Data Corp. http://www.ld.com (SYN# 0056 19961024\S-0001.SOL)


S - Utilities and Housekeeping Services Index Page