Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1999 PSA#2405

Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd, Box 50, Homestead ARS, FL, 33039-1299

S -- REFUSE COLLECTION AND DISPOSAL SOL FA6648-00-Q0018 DUE 083099 POC Gwendolyn Rackley, Contract Specialist, Phone 305/224-7472, Fax 305/224-7055, Email GWENDOLYN.RACKLEY@hst.afres.af.mil -- John Marshburn, Contract Specialist, Phone 305/224-7474, Fax 305/224-7055, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=FA6648-00-Q00 18&LocID=522. E-MAIL: Gwendolyn Rackley, GWENDOLYN.RACKLEY@hst.afres.af.mil. 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 and a written solicitation will not be issued. This is a request for quotation (RFQ), the solicitation number is FA6648-00Q0018. The 482nd FW Operational Contracting Office, Homestead Air Reserve Station, Dade County, FL, requires base refuse collection and disposal services from 1 October 1999 through 30 September 2000 with one additional option year renewable after the first year for a total of (2) years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. This acquisition is subject to the Small Business Competitiveness Demonstration Program and therefore unrestricted. The standard industrial classification code is 4953, with a small business size standard of $6.0M. A Firm Fixed price contract will be awarded. DESCRIPTION: Contractor to furnish all labor, transportation, material, equipment and supervision necessary to provide containers, collect and dispose of refuse for Homestead Air Reserve Station, FL as follows: Basic Year -- 0001, Collection and Disposal of Refuse. 0001AA, Weekly Collection and Disposal of Refuse from seven 8-cubic yard containers -Quantity: 12, Unit: Month, Unit Price: $_______, Total: $__________. 0001AB, Bi-weekly Collection and Disposal of Refuse from nineteen 6-cubic yard containers _ Quantity: 12, Unit: Month, Unit Price: $_______, Total: $__________. 0001AC, Collection and Disposal of Refuse from four 20-cubic yard roll-off containers _as required_ -- Estimated Quantity: 150, Unit: Each, Unit Price: $_______, Total: $__________. 0001AD, Unscheduled Collections, 6/8-cubic yard containers -- Estimated Quantity: 25, Unit: Each, Unit Price: $_______, Total: __________. 0002, Clean Containers. 0002AA, Clean Refuse Containers _asrequired_ -- Estimated Quantity: 32, Unit: Each, Unit Price: $_______, Total: $_________. Total items 0001AA through 0002AA (inclusive): $_______________. Option Period One _ 1001, Collection and Disposal of Refuse. 1001AA, Weekly Collection and Disposal of Refuse from seven 8-cubic yard containers -- Quantity: 12, Unit: Month, Unit Price: $_______, Total: $__________. 1001AB, Bi-weekly Collection and Disposal of Refuse from nineteen 6-cubic yard containers _ Quantity: 12, Unit: Month, Unit Price: $_______, Total: $__________. 1001AC, Collection and Disposal of Refuse from four 20-cubic yard roll-off containers _as required_ -- Estimated Quantity: 150, Unit: Each, Unit Price: $_______, Total: $__________. 0001AD, Unscheduled Collections, 6/8-cubic yard containers -- Estimated Quantity: 25, Unit: Each, Unit Price: $_______, Total: __________. 0002, Clean Containers. 0002AA, Clean Refuse Containers _as required_ -- Estimated Quantity: 32, Unit: Each, Unit Price: $_______, Total: $_________. Total items 1001AA through 1002AA (inclusive): $_______________. REQUIREMENTS: Contractor shall provide new, leakproof and serviceable containers with an acceptable painted exterior surface. The containers are to be painted brown in color (color number 20100, MFR: Sherwin Williams or equal). Contractor to permanently affix a luminous sign, approximately 9 x 6 inches, with distinctive letters to the lower center of three outside container walls. The sign shall read _WARNING _ STAND CLEAR AT ALL TIMES WHEN CONTAINER IS OFF GROUND_. Another sign shall be permanently affixed stating _DO NOT PARK WITHIN 15 FEET_. Contractor shall submit weight reports of solid waste collected from the installation to the government point of contact on a monthly basis. The contractor shall establish a refuse collection schedule so that collection operations occur between the hours of 7:30 A.M. _ 4:30 P.M., Monday through Friday. Collection operations outside of these hours will require approval from the Contracting Officer or his designated representative in advance. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil or http://safaq.hq.af.mil/contracting ): FAR 52.212-1, Instructions To Offerors -- Commercial Items is applicable. This solicitation is subject to the Service Contract Act, Department of Labor Wage Determination 94-2119, Rev 13, dated 7/29/1998, DOL Memorandum # 192, shall apply to all services over $2500.00. FAR 52.212-2, Evaluation -- Commercial Items applies. 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: (a) Technical Capabilities, (b) Past Performance, and (c) Price. (a) Technical capability of the services offered to meet Government requirements. The offeror shall provide a statement that shows an understanding of the requirement and how this requirement will be managed. (b) Past Performance information. Offerors shall identify past contracts (including Federal, State, Government, and private) for efforts similar to the referenced requirement. Limit references for work performed to the last five years. Include the company name, contract no., performance period, contract dollar amount, point of contact, address and telephone number. If the Government discovers that offerors have neglected to include required technical or past performance information, their proposal may be removed from further consideration. (c) Price. Technical capability and past performance, when combined, are approximately equal to price. The Government will evaluate offers for award purposes by adding the total price of the option to the total contract 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. Offeror must submit a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its proposal. A copy of these representations and certifications may be obtained from the above FAR web site address. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items is applicable to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. FAR 52.212-5 is completed so that the following clauses under paragraph (b) apply: 11, 12, 13, 14, 15, and 22. The following clauses under paragraph (c) apply: 1 and 2. In addition, FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, and FAR 52.232-19, Availability of Funds for the Next Fiscal Year, apply to this acquisition. The following Defense FAR Supplement (DFARS) clause apply to this solicitation and is incorporated by reference: DFARS 252.204-7004, Required Central Contractor Registration. The offeror shall provide its DUNS or if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 30 Aug 99, 4:00 P.M. local time. Signed and dated offers must be submitted to 482 LSS/LGCV, Attn: Gwen Rackley, Box 50, 29050 Coral Sea Blvd., Homestead ARS, FL 33039-1299, on or before the response time. Offers shall include the solicitation number, company name, address, company DUNS #, phone and fax numbers, and point of contact. Posted 08/05/99 (D-SN363766). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0135 19990809\S-0020.SOL)


S - Utilities and Housekeeping Services Index Page