Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542

Directorate of Contracting, Attn: ATZS-DKO, P.O. Box 12748, Fort Huachuca, Arizona 85670-2748

S -- REFUSE COLLECTION FOR POST AND FAMILY HOUSING AT FORT HUACHUCA, AZ SOL DABT63-00-R-1005 DUE 030800 POC Russ Hite, Contract Specialist, (520) 538-0400 Fax (520) 533-5157, Email hiter@huachuca-emh1.army.mil /Contracting Officer, Sophie C. Moore, (520) 533-1517, Email moores@huachuca-emh1.army.mil WEB: Click here to download a copy of the RFP., http://huachuca-www.army.mil/usag/doc/solicit.htm. E-MAIL: Click here to contact the Contract Specicalist or, Russ Hite, Contract Specialist, (520) 538-0400 Fax (520) 533-5157, Email hiter@huachuca-emh1.army.mil /Contracting Officer, Sophie C. Moore, (520) 533-1517, Email moores@huachuca-emh1.army.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. Solicitation is issued as a Request for Proposal (RFP) No. DABT63-00-R-1005 on an unrestricted basis. 1. The solicitation document and incorporated provisions/clauses are those in effect through Federal Regulation Circular 97-15; 2. The Standard Industrial Classification (SIC) is 4953. 3. The Small Business Size Standard is $6 mil. 4. The solicitation is being issued IAW Small Business Competitiveness Demonstration Program (FAR 19.10) on an unrestricted basis. 5. The contractor is to furnish all labor, supervision, materials, and equipment to perform Refuse Collection Services for Post and Family Housing at Fort Huachuca, AZ, in accordance with the Performance Work Statement (PWS). Schedule B, Supplies/Services and Price/Cost consists of 17 contract line items. 6. Technical Proposal: The proposal shall consist of a short narrative describing the qualified personnel, equipment and equipment maintenance procedures being proposed to meet the requirements. 7. The terms are for a Base Year with four one year options. 8. Period of Performance. Base Period: 01 April 00 thru 31 March 01; Option 1: 01 April 01 thru 31 March 02; Option 2: 01 April 02 thru 31 March 03; Option 3: 01 April 03 thru 31 March 04; Option 4: 01 April 04 thru 31 March 05. 9. Wage Determination 94-2025, Rev 18, category 31363 Truckdriver, Heavy Truck, $10.10 and 11300 Refuse Collector, $6.04 dated 06/01/1999. 10. Interested parties may request the complete performance work statement, Schedule B, Standard Form 1449, wage determination and certification package via e-mail at: hiter@huachuca-emh1.army.mil., FAX (520) 533-5157 or telephonically at (520) 538-0400.. Additional information may be obtained from the FAR, DFARS, on-line, at http://farsite.hill.af.mil. Notice is given that: 1. Provision FAR 52.212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition and the following additional provisions: Paragraph (c) is amended to read: (c) The offeror agrees to hold their prices firm for 120 calendar days from the date specified for receipt of proposals; Paragraph (k) Failure to comply with the terms and conditions of the solicitation may result in the rejection of your proposal. In addition, failure to satisfactorily demonstrate the capability to comply with the requirements set forth in the solicitation may result in non-acceptance of the proposal. 2. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive Orders Applicable to Defense Application of Commercial Items, is also applicable. 3. FAR 52.212-2, Evaluation -- Commercial Items, is applicable. Paragraph (a) is amended to include the following specific evaluation criteria: Award is to be made on the basis of price and technical capability of the offeror to meet the Government requirement, and Past Performance. Offerors are required to submit current (within the last 5 years) Government or Commercial verifiable references on past performance. Failure to include proper and current references may be a basis for disqualifying you from award consideration. Technical, past performance, and price are all equal in importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total 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(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4. FAR 52.212-3 ALT I and ALT III, Offeror Representations and Certifications -- Commercial Items and DFARS 52.212-7000, Offeror Representations and certifications. Offeror is required to complete the certification forms, provided upon request with performance work statement package, and return the completed forms with your offer. 5. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. Incorporated by reference are the following additional clauses: FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract as amended to include: (a) The Government may extend the contract by written notice within one (1) day prior to the end of the contract term of the contract period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of options under this clause, shall not exceed five years/60 months. FAR 52.242-13, Continuity of Services; FAR 52.211-11, Liquidated Damages -- Supplies, Services and Research and Development, $186.00 per day; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, is applicable. FAR 52.228-5, Insurance -- Work on a Government Installation. Required Coverage: (1) Government Liability, Bodily Injury, Minimum Limit -- $200,000 per person and $500,000 per occurrence. (2) Automobile Liability, Bodily Injury, minimum Limit $200,000 per person and $500,000 per occurrence. Property damage -- $20,000 per occurrence; (3) Workmen's Compensation and Employee's liability Insurance, Minimum amount $100,000 or as required by State of Arizona. Evidence of Insurance is required within 10 days from date of award. Written notice of policy cancellation or material change is required within 30 days in advance of a change. DFARS 52.204-7004, Protection of Government Buildings and Vegetation; FAR 52.232-18, Availability of Funds; FAR 52.216-18, Ordering (Fill in: (a) from contract award through contract completion.); FAR 52.216-19, Order Limitation (Fill ins: (a) one item of service; (b)(1) $300,000; (b)(2) the total amount of work listed in the schedule; (b)(3) 10; (d) 1 day) FAR 52.216-21, Requirements (Fill in: (f) contract completion); FAR 52.232-17, Interest. 6. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067); (3) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); (12) 52.222-26, Equal Opportunity (E.O. 11246); (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); (2) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.); (3) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). To be eligible to receive a contract award from a Department of Defense (DoD) activity after 1 Jun 98, contractors must be registered in the DoD Central Contractor Registration (CCR) Database in accordance with DFARS 252.204-7004, Required Central Contractor Registration which is applicable to this solicitation and the resulting contract. To register, access the CCR Home Page at http://www.ccr2000.com/. Direct any questions regarding this DoD requirement to 1-888-227-2423. Proposals are due at 2:00 P.M. on 08 March, 2000. Deliver proposals to the Directorate of Contracting, Bldg. 22208, Augur Street, Fort Huachuca, AZ 85613. The contract resulting from this solicitation will be a firm fixed price requirements contract. The Fort Huachuca contracting officer will be solely responsible for issuing orders under the resulting contract. SUBMIT COMPLETE PACKAGE BY MAIL TO: Directorate of Contracting, P.O. Box 12748 ATTN: Russ Hite ATZS-DKO-H, Fort Huachuca, AZ 85670-2748 OR FACSIMILE TO: (520) 533-5157. Packages may also be hand carried to building 22208, Fort Huachuca, Arizona. It is the Offeror's responsibility to monitor this CBD site for the release of amendments (if any), and for downloading their own copy of this combined synopsis/solicitation and amendments (if any) from the CBD. It is also the offeror's responsibility to request, via e-mail, phone or fax, copies of the Performance Work Statement package for Refuse Collection which consists of the work statement, Schedule B (Supplies/Services Pricing Schedule), the SF 1449, the applicable wage determination and certifications. Posted 02/18/00 (W-SN426874). (0049)

Loren Data Corp. http://www.ld.com (SYN# 0068 20000223\S-0005.SOL)


S - Utilities and Housekeeping Services Index Page