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