Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

Metropolitan Detention Center, Federal Bureau of Prisons, 535 North Alameda Street, Los Angeles, CA 90012-3405

S -- TRASH REMOVAL SERVICES SOL RFQ 224-0013-8 DUE 092697 POC Rosalinda Lucio, Contract Specialist, (213) 485-0439, ext. 148, FAX (213) 253-9523; John Frazier, Contracting Officer, (213) 485-0439 ext. 147 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is hereby issued as RFQ 224-0013-8. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation Circular 90-46. This procurement is being advertised as full and open competition, under standard industrial classification code 4953, with a small business size standard of $6.0 million.(A) Services required: Removal of trash from the Metropolitan Detention Center, 535 North Alameda Street, Los Angeles, California, also known as "MDC-LA". (B) The Contractor shall empty 4 to 6 government owned trash containers, approx. 4 cubic yds, from Monday through Sunday (everyday), including all holidays, from 1:00 a.m. to 2:00 a.m. The containers are located outside of the delivery gate/rear sallyport area of MDC-LA. Entrance to the pick-up area is on Alameda Street. The vehicle will be escorted by an MDC-LA employee and is subject to search. (C) The trash containers being emptied remain the property of the Government. The contractor shall provide all materials and personnel to properly remove and dispose all trash from MDC-LA in accordance with standards and applicable federal, state, and local laws and must be consistent with quality assurance requirement of the BOP. (D) Period of Performance: The Base Year of the contract shall be from 10/01/97 or Date of Award, whichever is later, through 9/30/98; Option Period One: 10/01/98-09/30/99; Option Period Two: 10/01/99-09/30/00; Option Period Three: 10/01/00-09/30/01; and Option Period Four: 10/01/01-09/30/02. Please provide prices per month and yearly total for the Base Year, Option Period One, Option Period Two, Option ~ ~Period Three, and Option Period Four. Pursuant to FAR 17.203(d), offerors may quote varying prices for option periods. (E)Schedule: Monday through Sunday, including all holidays, from 1:00 a.m. to 2:00 a.m. (F) Method of Performance: The services will be provided in the method considered to be normal in the local community. These services, although not directly supervised, will be reviewed and verified by the designated Contracting Officer's Technical Representative (COTR). (B.1) FAR 52.212-1, Instructions to Offerors -- Commercial Items," letters (a) through (h) applies to this acquisition; letter (i) "Availability of requirements documents cited in the solicitation," is not applicable to this solicitation. Submission of Quotations: Each quotation should address: (1) Experience (in order to assist the Contracting Officer in making responsibility determination about a prospective contractor, it is required that each offeror provide information on a reasonable number of recent and relevant contracts for same or similar items, as well as the offeror's primary financial institution (to include contract numbers, points of contact, telephone numbers, and any other relevant information); (2) Technical Capabilities; and (3) Price. Offerors are advised that all quotations shall be evaluated IAW FAR 13.106-2 and an order will be issued to the responsible contractor whose quotation is responsive to the items of the RFQ and is most advantageous to the Government. FAR 52.212-3 "Offeror Representations and Certifications -- Commercial Items", shall be completed and submitted with the quotation. The following FAR provisions are hereby incorporated into this solicitation and resulting contract as an addendum to FAR 52.212-1; 52.237-1 Site Visit; FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items," applies to this acquisition. (B.2) Addendum to FAR clause 52.212-4: The following FAR clauses are hereby incorporated into the contract: by reference: 52.219-6 Notice of Total Small Business Set-aside; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-3 Continuity of Services; 52.232-18 Availability of Funds; 52.225-11 Restrictions on Certain Foreign Purchases; The folowing FAR clauses provided in full text also applies: 52.217-8, "Option to Extend Services": The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of the expiration of the contract year. 52.217-9, "Option to Extend the Term of the Contract": (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision.(c) The total duration of this contract, including the exercise of any options under this contract clause shall not exceed 60 months (5 years); Justice Acquisition Regulation (JAR) clause 2852.279-70, "Contracting Officer's Technical Representative," is hereby incorporated in full text, (a) Mr. Crecencio Valenzuela, Maintenance Foreman, MDC-LA, telephone (213) 485-0439 ext. 128, is hereby designated as the Contracting Officer's Technical Representative (COTR) under this contract. (b) The COTR is responsible for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise services to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the services furnished for payment prior to forwarding the original invoices to the payment office and a confirmed copy to the Contracting Officer. (c) The COTR does not have authority to alter the contractor's obligations under the contract, direct changes that fall within the purview of the General Provisions clause entitled "Changes," and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. Only the Contracting Officer shall sign the modification and issue any changes in writing.; FAR Clause 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial Items," applies to this acquisition. In accordance with FAR 52.212-5, the following FAR clauses are hereby incorporated by reference: 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. All responsible sources may submit a quotation which will be considered. Send original and one copy to: Metropolitan Detention Center, 535 North Alameda Street, Los Angeles, CA 90012-3405, Attention: Rosalinda Lucio, Contract Specialist, by 1:00 p.m. local time, on Friday, September 26, 1997. For additional information, questions, and availability of forms, please call (213) 485-0439 ext. 148. All fax communications are also acce~pted at (213) 253-9523. (0258)

Loren Data Corp. http://www.ld.com (SYN# 0116 19970917\S-0006.SOL)


S - Utilities and Housekeeping Services Index Page