Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1999 PSA#2436

National Park Service, North Cascades NPS Complex, 7280 Ranger Station Road, Marblemount WA 98267

S -- SOLID WASTE COLLECTION, WASHINGTON STATE SOL RP947599501 DUE 100599 POC Sarah Welch, Contracting Officer, 360/873-4590 x11 WEB: North Cascades National Park Service Complex, http://www.nps.gov. E-MAIL: North Cascades National Park Service Complex, sarah_welch@nps.gov. 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 Request for Proposals #RP947599501. This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-12. This solicitation is a full and open competition issued in accordance with the Small Business Competitiveness Demonstration Program, SIC 4212, Local trucking without storage, with a small business size standard of $6.0 million. While this solicitation is open to businesses of all sizes, the National Park Service encourages the participation of small, small disadvantaged, and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered. The Government intends to AWARD WITHOUT DISCUSSIONS, but reserves the right to negotiate should the Contracting Officer determine it necessary. The resulting contract will have a one-year base period beginning November 1, 1999, plus four (4) one-year options to extend the term of the contract. GENERAL INFORMATION: North Cascades National Park Service Complex (NOCA) operates several facilities for visitor use along State Route 20, as well as an administrative compound in Marblemount, Washington. During normal operation, garbage is generated and temporarily stored in Government- and Contractor-owned containers. This contract is to collect the garbage and dispose of it outside the park. The Contractor shall provide the necessary personnel, facilities, services, materials and equipment, including transportation, to furnish commercial-type solid waste collection and disposal of such at an approved site. GOVERNMENT-FURNISHED PROPERTY: Most dumpsters will initially be provided by NOCA, at the locations and quantities listed in the "Location and Pick-up Schedule". All dumpsters are metal, two cubic yard capacity, and rear-loading. CONTRACTOR-FURNISHED ITEMS AND SERVICES: Contractor shall provide a dumpster at Diablo Lake Overlook, starting 4/1/00. Contractor shall immediately provide three toters at the Marblemount compound and one at the Newhalem residence, and one toter at the Diablo residence when authorized by the COR. Toters shall be Contractor's standard issue, of at least 32-gallon capacity. Contractor shall provide additional garbage containers at NPS' request. Garbage dumpsters supplied by the Contractor for use in this contract must comply with the following standards: 1) be constructed of metal and painted dark brown; 2) be water-tight and rodent-proof; 3) be equipped with bear-proof lids, acceptable to the COR; and 4) have a minimum capacity of two (2) cubic yards. SPECIFIC CONTRACTOR TASKS: A) Empty and dispose of all garbage and debris in all the provided containers at campgrounds listed below and at the Marblemount Ranger Station compound. Debris includes all household garbage, refuse, and trash generated by the administration and operations of the park. Hazardous and recyclable materials are not included. Dispose of garbage at a licensed disposal facility outside park boundaries. This facility must operate in accordance with all applicable Federal, State, and local regulations. The Contractor shall be responsible for the pick-up of all trash spilled or lost during collection. B) Service each container in accordance with the appropriate pick-up schedule in effect. The normal collection day shall be on Monday or Tuesday, as agreed-upon by the Contractor and COR. When twice-per-week collection is required, pick-up shall be on Monday and Friday. C) Pay all licensing and dump fees. Such fees shall be included in the lump sum price below. D) Provide new garbage containers within seven (7) days of NPS' request. Place new containers in locations designated by the COR. E) Maintain all Contractor-owned containers in a manner that will reflect a positive image on NOCA and the Contractor. Any holes or defacements shall be immediately repaired in compliance with all applicable sanitation codes. Cover handles and hinges shall be repaired promptly, as needed. The NPS shall not be responsible for damage or loss to the contractor's containers, including but not limited to vandalism or malicious mischief. F) All Contractor personnel who will perform the services for this contract shall meet the following minimum qualifications and standards: (a) must be qualified through training and experience to operate the Contractor's equipment; (b) must be licensed to operate said equipment; and (c) must be neat in appearance. G) Obtain and maintain all appropriate licenses from the Washington State Utilities and Transportation Commission and other entities. EQUIPMENT REQUIREMENT: The contractor shall use vehicles equipped with compactor type units for collection and transportation of refuse.These units shall be sealed to prevent loss of waste materials while collecting and transporting garbage. All vehicles for use in the performance of the contract shall be kept clean, in good mechanical condition, painted to present a neat appearance, show evidence of annual safety inspections and display proper registration and license. All Contractor's vehicles shall be equipped with approved backup alarms, which shall be maintained and in proper operating condition at all times. In the event of a breakdown, the contractor shall arrange for reserve equipment, meeting all equipment requirements, and shall meet all terms and conditions of the contract. Contractor shall operate only on designated roadways, driveways, or parking areas. POST-AWARD CONFERENCE: Following award of the contract and prior to the commencement of work, the contracting officer, COR and designated representatives, and the Contractor shall meet jointly to discuss the implementation of the contract: contract terms, conditions, intent, and clarification of all questions and concerns. A time and date for this meeting will be agreed upon by all parties, usually within five days following the notice of award. At this time, the Contractor shall designate in writing the scope and authority of a person to act in behalf of the company in the absence of the owner/manager. LOCATION AND PICK-UP SCHEDULE: The following schedule identifies the number of containers presently in use and their emptying frequency. Variations from this schedule may be authorized by the COR. Within the existing service area, dumpsters or toters may be added or subtracted from the schedule at NPS' request, and the contract price adjusted accordingly. Marblemount compound (3 toters, 3 dumpsters): Once per week for 12 months. Goodell Campground (2 dumpsters): Once per week for 10 months (January 1 through July 4th weekend and Labor Day weekend through December 31), twice per week for 2.25 months (July 4th weekend through Labor Day weekend), and twice per week for "Big 3" weekends. Lower Goodell Group Campground (2 dumpsters): Once per week for 5.25 months (May 1 -- October 6). Newhalem Campground (usually 7 dumpsters): Once per week for 7 months (April 1 -- October 31), and twice per week for "Big 3" weekends and "Baseball weekend". Newhalem residence (1 toter): Once per week for 12 months. Visitor Center (1 dumpster): Once per week for 7 months (April 1 through October 31), and once per month for 5 months (November 1 through March 31). Diablo residence (1 toter): Once per week for 12 months. Colonial Creek Campground, south loop (usually 9 dumpsters): Once per week for 4.25 months (April 15 through October 31), twice per week for 2.25 months (July 4th weekend through Labor Day weekend) and twice per week on the "Big 3" weekends. Colonial Creek Campground, north loop (4 dumpsters): Once per week for 1.25 months (Memorial Day weekend through July 4th weekend), twice per week for 2.25 months (July 4th weekend through Labor Day weekend), and twice per week on the "Big 3" weekends. Diablo Lake Overlook (1 Contractor-provided dumpster): Once per week for 4.25 months (April 15 through October 31), twice per week for 2.25 months (July 4th weekend through Labor Day weekend) and twice per week on the "Big 3" weekends. "Big 3" weekends include Memorial Day, July 4th, and Labor Day weekends. If a legal holiday occurs on a Friday, the required collection shall be made on the holiday or the day prior to the holiday. If a legal holiday occurs on a Monday, the required collection shall be made on the holiday or the day following the holiday. Each service day shall include the service of all designated garbage containers, regardless of the number of separate loads or trips the Contractor may have to make to and from the disposal center. Any delays or changes of service for any reason shall be reported within 24 hours to the COR. OFFER / BID SCHEDULE: In this section, "G dumpster" refers to Government-owned dumpster and "C dumpster" refers to Contractor-owned dumpster. All toters are Contractor-owned. Pricing is per dumpster or toter, per month. BASE YEAR (11/1/99-10/31/00): CLIN 001, G dumpster, service once per week, 127.5 dumpster-months: $________ each, $_______ total; CLIN 002, G dumpster, service twice per week, 34.75 dumpster-months: $________ each, $_______ total; CLIN 003, C dumpster, service once per week, 4.25 dumpster-months: $________ each, $_______ total; CLIN 004, C dumpster, service twice per week, 2.25 dumpster-months: $________ each, $_______ total; CLIN 005, toter, service once per week, 60 toter-months: $________ each, $_______ total. TOTAL FOR BASE YEAR: $_________________. OPTION YEAR 1 (11/1/00-10/31/01): CLIN 006, G dumpster, service once per week, 127.5 dumpster-months: $________ each, $_______ total; CLIN 007, G dumpster, service twice per week, 34.75 dumpster-months: $________ each, $_______ total; CLIN 008, C dumpster, service once per week, 4.25 dumpster-months: $________ each, $_______ total; CLIN 009, C dumpster, service twice per week, 2.25 dumpster-months: $________ each,$_______ total; CLIN 010, toter, service once per week, 60 toter-months: $________ each, $_______ total. TOTAL FOR OPTION YEAR 1: $_________________. OPTION YEAR 2 (11/1/01-10/31/02): CLIN 011, G dumpster, service once per week, 127.5 dumpster-months: $________ each, $_______ total; CLIN 012, G dumpster, service twice per week, 34.75 dumpster-months: $________ each, $_______ total; CLIN 013, C dumpster, service once per week, 4.25 dumpster-months: $________ each, $_______ total; CLIN 014, C dumpster, service twice per week, 2.25 dumpster-months: $________ each, $_______ total; CLIN 015, toter, service once per week, 60 toter-months: $________ each, $_______ total. TOTAL FOR OPTION YEAR 2: $_________________. OPTION YEAR 3 (11/1/02-10/31/03): CLIN 016, G dumpster, service once per week, 127.5 dumpster-months: $________ each, $_______ total; CLIN 017, G dumpster, service twice per week, 34.75 dumpster-months: $________ each, $_______ total; CLIN 018, C dumpster, service once per week, 4.25 dumpster-months: $________ each, $_______ total; CLIN 019, C dumpster, service twice per week, 2.25 dumpster-months: $________ each, $_______ total; CLIN 020, toter, service once per week, 60 toter-months: $________ each, $_______ total. TOTAL FOR OPTION YEAR 3: $_________________. OPTION YEAR 4 (11/1/03-10/31/04): CLIN 021, G dumpster, service once per week, 127.5 dumpster-months: $________ each, $_______ total; CLIN 022, G dumpster, service twice per week, 34.75 dumpster-months: $________ each, $_______ total; CLIN 023, C dumpster, service once per week, 4.25 dumpster-months: $________ each, $_______ total; CLIN 024, C dumpster, service twice per week, 2.25 dumpster-months: $________ each, $_______ total; CLIN 025, toter, service once per week, 60 toter-months: $________ each, $_______ total. TOTAL FOR OPTION YEAR 4: $_________________. BID SUMMARY: Base year, CLINs 001-005 $___________; Option year 1, CLINs 006-010 $____________; Option year 2, CLINs 011-015 $_____________; Option year 3, CLINs 016-020 $____________; Option year 4, CLINs 021-025 $_____________. Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items (The following factors will be used to evaluate offers: (1) demonstrated technical ability to meet contract requirements; (2) price; and (3) offeror's past performance, supported by documentation and references. Technical and past performance, when combined, shall be equal to price in importance.); FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, with paragraph (b) clauses indicated by number 1, 5, 11, 12, 13, 14, 15, and 22, and paragraph (c) clauses indicated by number 1, 2, 3, 4, and 5; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; and FAR 52.237-3, Continuity of Services, apply to this RFP. In addition, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be completed and submitted with your offer. The deadline for receipt of offers is October 5, 1999, at 2:00 pm. Proposals shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each contract line item (CLIN), extended price, prompt payment terms, contract remittance address, DUNS number, tax identification number, CAGE code, name, phone number, and address of your point of contact, and a completed copy of FAR 52.212-3. Submit one (1) proposal to: US Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount WA 98267. Questions regarding this solicitation should be directed to Sarah Welch, 360/873-4590 x11. Posted 09/17/99 (D-SN381597). (0260)

Loren Data Corp. http://www.ld.com (SYN# 0070 19990921\S-0001.SOL)


S - Utilities and Housekeeping Services Index Page