Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167

DHHS, Office of the Secretary, Office of Acquisition Management; Room 443H, Humphrey Building; 200 Independence Avenue, S.W.; Washington, D.C. 20201

R -- TRASH REMOVAL SERVICES SOL RFP-31-98-HHS-OS DUE 090298 POC Point of Contact: Cheryl Howe, Contract Specialist, 202- 690-5552 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. This announcement constitutes the only solicitation; proposals are being requested in response to the following statement of work and a written solicitation will not be issued. This is a request for proposal, RFP-31-98-HHS-OS. This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular #97-07. This is a small business set-aside which will result in the award of a fixed unit price/indefinite quantity type contract with economic price adjustment. The SIC code for this acquisition is 4212, size standard $18.5. The period of performance shall be one year with four option years. TITLE: Provide Trash Removal Services for the Humphrey Federal Building. STATEMENT OF WORK: A. GENERAL: The contractor shall furnish all necessary labor and equipment to satisfactorily provide trash pick-up, debris removal and special pick-up services as described herein. B. SERVICE SITE: Department of Health and Human Services, Hubert H. Humphrey Building, 200 Independence Avenue, S.W., Washington, D.C. 20201. C. EQUIPMENT TO BE PROVIDED BY CONTRACTOR: In addition to providing employees and transportation sufficient to perform trash removal from the sites listed above, the contractor must provide the following: One Single-Unit (self contained) Stationary Compactor: The contractor shall remove all trash from those locations specified by means of a single-unit self contained stationary compactor metal enclosed container, as follows: Installation: The contractor shall install a single-unit stationary compactor/container at the designated service site in a location designated by the Building Manager. The single unit self contained compactor shall be secured to a concrete base. The Government will furnish the electrical outlet for connection to the compactor unit; however, the contractor will make the necessary electrical connections to the compactor including an "on-off" key controlled push button switch. The switch will be a momentary contact switch with auxiliary contacts to seal control circuit and shall be located a minimum of 5 feet from the loading hopper. This type of switch will require the operation of the equipment. Stationary compactor containers must be equipped with an inspection hole with a cover at the rear and top of the container to permit visual inspection to determine the fullness of the container. If the Government determines that the container is equipped with an inadequate compactor which is not compacting the container to or near capacity, this equipment will be rejected as unsuitable and the contractor will be required to replace it with equipment that is adequate to perform the task of compacting the trash in the container to capacity. NOTE: As part of the compactor service, it is the contractor's responsibility to furnish hand rails, ramps, etc., if required by the Government. Size of-Equipment: The hopper of the compactor unit shall have a capacity of approximately 2 cubic yards. The movable container for the HHH Building site shall have a capacity of 40 cubic yards (CY). D. MAINTENANCE OF EQUIPMENT: The contractor will maintain all equipment in good operating condition. If the equipment becomes inoperative, the contractor will furnish sufficient packer trucks on a daily schedule approved by the Building Manager to remove the trash from the building until the necessary repairs have been completed. E. SCHEDULE OF REMOVALS: Trash removal shall occur twice per week at the HHH Building. Debris removal and other special pick-ups shall be done on an on-call basis. The contractor shall insure that the facilities are not without the removal containers for more than 3 hours. The contractor will also pick-up and dispose of any trash which cannot be handled by the compactor. F. TRASH AND DEBRIS LITTERED DURING REMOVAL: The contractor shall clean up all trash and debris scattered as a result ofthe removal services in the vicinity of the pick-up point. G. SEPARATION OF TRASH: Contractor employees will not be allowed to separate and/or segregate trash on Government premises. H. IDENTIFICATION OF CONTRACTOR VEHICLES: The successful contractor shall identify all vehicles used in the performance of this contract with the name of the company and the capacity in cubic yards of the vehicle. I. SAFETY REQUIREMENTS: In an effort to better protect Government and contract personnel, the contractor shall insure that their drivers follow all prudent safety practices while operating a motor vehicle. Also, all large vehicles must have operable parking and emergency parking systems, backup alarms, and wheel chocks. J. QUALIFICATION OF PERSONNEL: The personnel employed by the Contractor shall be capable employees qualified in this type of work. K. ENVIRONMENTAL QUALITY ASSURANCES: In furtherance of the Government's environmental quality program, the Contractor agrees that in the performance of the work under this contract: 1. The contractor will fully comply with all local Laws, ordinances and regulations regarding sanitation and solid waste disposal. 2. Contractor will not create any litter at loading locations during any transportation, and/ or disposal locations. 3. Contractor will furnish monoxide eliminators on all packer trucks and vehicles used to remove the single unit compactor. 4. Contractor agrees that in the performance of the work under this contract, solid waste will be collected, stored, and disposed only at incinerators, landfills, or other facilities which are approved by the Environmental Protection Agency as being in conformance with existing Federal Regulations published in the Federal Register, Volume 41, No. 31, Part 243, and in the Federal Register, Volume 39, No. 158, Part 241, including all amendments. L. TRASH REMOVAL SERVICES: Trash includes all burnable refuse, excluding salable waste paper collected by others at the contract site. Trash will be removed from the sites listed in B. above by means of a single-unit self contained stationary compactor container (see C.) provided by the Contractor. Schedule: Trash removal must be done twice per week at the HHH Building site. M. PICK-UP TICKETS -- COMPACTOR SERVICE: The contractor will issue pick-up tickets for compactor service. It will be the responsibility of the contractor to have all debris tickets prepared in duplicate, numbered and dated the day of the pick-up. Each ticket must be signed by the Building Manager or his designated representative at the pick-up site. In addition to the signature, the contractor must also require the Building Manager or his representative to print his or her name below or above their signature. The Building Manager or designated representative are the only persons authorized to sign these tickets. One copy of this ticket must be retained by the Building Manager or his representative and one copy should be retained by the Contractor. Duplicate copies of the signed debris tickets must also be submitted with the monthly invoice. N. DEBRIS REMOVAL SERVICES: Debris includes but is not limited to wood, plaster, wallboard, brick, stone, ceramic tile, old fluorescent tubes, etc. Wood includes scrap lumber, crates, boxes, skids, etc. This service shall be provided on an on-call basis. Schedule: When requested, the contractor shall remove by no later than the end of the next work day debris from the site. Tickets shall be prepared and processed for this type service in the same manner as described in M. above. Deductions: In the event the Government deducts money from the contractor's monthly invoice due to debris shortages, it will be the responsibility of the contractor to furnish proof of the shortage to the Buildings Manager within 10 days after the deduction has occurred. O. SPECIAL PICK-UPS: Special pick-ups are on-call pick-ups of trash as defined in L. above. These removals will be requested on an on-call basis. Schedule: When requested, the contractor shall remove by no later than the end of the next work day any refuse specified in the request. Pick-Up Tickets: Tickets shall be prepared and processed for this type service in the same manner as described in M. above. Deductions: In the event the Government deducts money from the contractor's monthly invoice due to special pick-up shortages, it will be the responsibility of the contractor to furnish proof of the shortage to the Buildings Manager within 90 days after the deduction has occurred. P. QUALITY CONTROL: The contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified. One copy of the contractor's basic quality control Program shall be provided to the Contract Administrator specified in Section G of the contract no later than 10 days after the starting date of the contract. An updated copy must be provided to the Contract Administrator as changes occur. This program will include, but not be limited to the following: 1.An inspection system covering all the services stated in the specifications. It must specify areas to be inspected on either a scheduled or unscheduled basis and the individuals who will do the inspection. 2. A method of identifying deficiencies in the quality of services performed before the level of performance is unacceptable. 3. A file of all inspections conducted by the contractor and the corrective action taken. This documentation shall be made available to the Government during the terms of the contract and until such time that final payment is made. Q. QUALITY ASSURANCE: The Government shall monitor the contractor's performance under this contract using the quality assurance procedures specified in the following surveillance plan. R. QUALITY ASSURANCE -- GOVERNMENT SURVEILLANCE PLAN: All work and services performed as included in the specifications for this contract, shall be done in accordance with proper trash removal procedures and shall be subject to inspection and approval. The acceptable quality level of these inspections is 100 percent. The inspection procedures shall be conducted as follows: 1. The Building Manager or his designated representative will verify the quantities on the delivery tickets at each pick-up site. 2. At the conclusion of each pick-up, the contractor shall prepare a delivery ticket for work performed as specified herein. The contractor's billing for trash, debris, etc., removal must agree with the delivery tickets signed at each pick-up. The contractor will be paid only for work completed, inspected and approved. NOTE: THIS CONTRACT SHALL ONLY COVER REMOVAL OF TRASH AS PREVIOUSLY DETAILED; RECYCLING IS PERFORMED UNDER ANOTHER CONTRACT PROGRAM. (End Statement of Work) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. This contract will be covered by FAR 52.222-41, Service Contract Act of 1965 and Wage Determination #94- 2103, Revision #14 is applicable. Submissions shall consist of the following information: a cover sheet on letterhead stationary listing the RFP being responded to, the offeror's name, location, telephone/fax numbers, a paragraph statement indicating understanding of the requirements including intent to comply with the Wage Determination, past performance information, the representations and certifications and the pricing information that follows (an original and two copies). Note that the number of pickups provided for debris and special pickups is an estimate and is being used for evaluation purposes only. BASE PERIOD: CLIN (Contract Line Item Number) 1: Regular pickup* of compacted trash and removal -- FIXED UNIT PRICE = $__________. CLIN 2: Special pickup** and removal of trash -- FIXED UNIT PRICE = $___________. CLIN 3: Debris pickup** and removal -- FIXED UNIT PRICE = $__________. CLIN 4: Dump fees*** -- FIXED UNIT PRICE = $___________ per ton. 1. The total contract price for CLIN No. 1 multiplied by the required 104 pickups (twice weekly) per year is: $ x 104 = $ . 2. The price per special pickup for CLIN No. 2 multiplied by the not to exceed 5 pickups per year is: $ x 5 = $ . 3. The price per debris pickup for CLIN No. 3 multiplied by the not to exceed 20 pickups per year is: $ x 20 = $ . 4. The price per ton for CLIN No. 4 multipled by the not to exceed 482.56 tons per year for regular pickups (104 pickups x 4.64 tons each), plus CLIN No. 4 multiplied by the not to exceed 23.2 tons per year for special pickups (5 pickups x 4.64 tons each), and plus CLIN No. 4 multiplied by the not to exceed 20 tons per year for debris pickups (20 pickups x 1 ton each) is: $ x 525.76 = $ . This information must be completed for each option period also, OPTION I, OPTION II, OPTION III and OPTION IV. * Monday and Thursday each week. ** The container for debris and special pick-ups shall be an open top container brought by the contractor, left for Government personnel to load for 24 hours, and then picked up by the contractor. Note tonnage requirements listed in CLIN #4 indicate capacity of 4.64 tons for debris pick-up container and 1 ton for the special pick-up container. ***The numbers provided for tonnage and number of debris and special pick-ups are estimates provided for pricing purposes only. If landfill costs increase during a contract period, in accordance with FAR 52.216-4, Economic Price Adjustment, the Government will modify the contract costs to accommodate the increase. The fees shall be directly reimbursed to the contractor upon submission with the contractor's monthly invoice of the invoice from the landfill listing exact tonnage dumped for each pickup. Also note that this contract is under a wage determination for any refuse truck driver/refuse collection personnel required, and the Government must also accommodate through a modification of the contract any increases in wages that occur as a result of changes in the wage determination. The pricing is worth 70 points. As a separate part of the proposal, you must list past performance information on three of the most recent, similar jobs done including company/agency name and current telephone and FAX numbers for a contact person. Past performance information will be obtained only for the three companies with the lowest price and is worth 30 points. However, should the government find that those companies all receive lower than a total of 18 points for past performance, it reserves the right to go to the next lowest priced companies. The evaluation will be weighted 70% for cost and 30% for past performance. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Any clauses or provisions referenced in this notice can be accessed through the Internet address that follows: http://www.arnet.gov Offers are due September 2, 1998, by 4:00 PM EDT, at the following location: Department of Health and Human Services, OS/Office of Acquisition Management, Room 443H, Humphrey Building, 200 Independence Avenue, SW, Washington, D.C. 20201, ATTN: Cheryl Howe. The guard desk located at the Independence Avenue entrance to the Humphrey Building will allow you to telephone either Cheryl Howe on 202-690-5552, or Cassandra Richardson on 202-690-8538/8540 for pick-up of your package and they will complete delivery to Room 443H. The contact point for questions on this solicitation shall be Cheryl Howe, 202-690-5552. Amendments to this solicitation, if any, shall also be published as a Commerce Business Daily synopsis. Posted 08/24/98 (D-SN241155). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0087 19980826\R-0012.SOL)


R - Professional, Administrative and Management Support Services Index Page