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