Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20,1999 PSA#2435

JSC White Sands Test Facility, Mail Code RE, P.O. 20, Las Cruces, NM 88004-0020

P -- NASA WSTF REFUSE COLLECTION AND DISPOSAL SERVICES SOL RFQ9-WSRE-W11-9-113Q DUE 101499 POC Michael B. Lalla, Contracting Officer, Phone (505) 524-5162, Fax (505) 524-5130, Email mlalla@wstf.nasa.gov -- Vernon J. Brown, Contracting Officer, Phone (505) 524-5134, Fax (505) 524-5130, Email vbrown@wstf.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#RFQ9-WSRE-W11-9-113Q. E-MAIL: Michael B. Lalla, mlalla@wstf.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This procurement consists of Refuse Collection and Disposal Services for NASA JSC White Sands Test Facility for a period of one year beginning November 1, 1999 and ending October 31, 2000. The contractor will furnish labor and equipment as required to provide refuse collection and disposal services for NASA JSC White Sands Test Facility (WSTF) and adjacent Air Force, White Sands Ground Terminal, and Second TDRSS Ground Terminal facilities. As part of this effort, the contractor shall: 1. Furnish and maintain sufficient tightly covered containers to provide adequate storage for the accumulation of refuse. There are presently approximately fifty 4.5cy containers in place to handle approximately 3000 cubic yards of primarily office and paper waste produced each year. The number of containers required may vary based on the size of the containers furnished. 2. Furnish collection vehicles compatible with the containers furnished. 3. Dispose of all refuse only in a state certified Solid Waste Management Facility. 4. Steam clean and spray the container(s) used at the cafeteria with an insecticide and deodorant once every month. Cleaning and spraying will be subject to inspection and acceptance by WSTF health and safety personnel. Containers may be replaced with clean containers in lieu of cleaning. 5. Provide three 30- or 40-cubic yard roll-off containers to be emptied on an on-call basis. The containers will be placed at the following locations: a. Between the WSTF 100 and 200 Areas for construction waste b. At the warehouse, Building 120, for recyclable cardboard c. At the Air Force facility for constructionwaste 6. Furnish and maintain, through the period of performance: a. Proof that all operators are properly licensed and trained. b. At least two operators having all the required safety and security briefings necessary to gain access to WSTF and the satellite installations so that a back-up operator is available to maintain service without interruption. c. Satisfactory evidence of required insurance within 15 calendar days after receipt of a fully executed copy of the contract. d. Records, including weight, of each load delivered to the certified landfill. 7. Empty all containers on Tuesdays and Fridays. Schedule all collections only between the hours of 8:00 a.m. and 3:00 p.m. The provisions and clauses in the RFQ are those in effect through FAC 97-13. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 4953 and 6 million, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by October 14, 1999 and may be mailed to Michael Lalla, PO Box 20 Las Cruces, NM 88004 or faxed to 505 524-5130. Include, solicitation number, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: (1) Compliance with Vereran's Employment Reporting Requirements (February 1999). (2) By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 37 U.S.C. 4212(d)(i.e., the VETS-100 report required by Federal Acquisition Regulation clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has submitted the most recent report required by 37 U.S.C. 4212(d). The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Applicable clauses are: 52.219-8, 52.219-14, 52.219.25,52.219-26, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225-18, 52.225-19,52.225-21, Alternate I of 52.225-21, 52.222-41, 52.222-42, 52.222-43, and 52.222-44. A site visit has been scheduled for September 29, 1999 at 9:00 am at NASA WSTF Building 100 main conference room. Prospective quoters shall notify this office of their intent to attend the site visit an of their intent to submit a quotation. Questions regarding this acquisition must be submitted in writing no later than October 5, 1999. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://procurement.nasa.gov/EPS/JSC/class.html Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 09/16/99 (D-SN380948). (0259)

Loren Data Corp. http://www.ld.com (SYN# 0052 19990920\P-0001.SOL)


P - Salvage Services Index Page