Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS

S -- WASTE REMOVAL SERVICES

Notice Date
September 13, 2001
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
ZIP Code
20373-5802
Solicitation Number
01Q0034
Response Due
September 26, 2001
Point of Contact
Ava McIntire, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801, Email amcintire@usss.treas.gov -- Joyce Tincher-Harris, Supervisory Contract Specialist, Phone 202-406-6798, Fax 202-406-6801, Email jdharris@usss.treas.gov
Description
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; offers are being requested and a written solicitation will not be issued. Request for Quotation number 01Q0034 is hereby issued for this requirement through Federal Acquisition Circular=20 97-27. This action is a 100% small business set-aside. The NAICS code is 562119 and the small business size standard is $10.0M. The U.S. Secret Service (USSS) has a requirement for waste removal services at the James J. Rowley Training Center (JJRTC), 9200 Powder Mill Road, Laurel, MD 20708. The term of this procurement is one (1) base year, with four (4), one-year option periods. The requirement pertains to the following: Contract Line Item Number (CLIN) 0001: The contractor shall empty one (1), six (6) cubic yard container, and one (1), four (4) cubic yard container on Tuesdays and Fridays, except Federal holidays, at the Firearms building (Loading Dock); CLIN 0002: The contractor shall empty one (1), four (4) cubic yard container on Tuesdays and Fridays, except Federal holidays, at the Outdoor Range (Range Road); CLIN 0003: The contractor shall empty one (1), six (6) cubic yard container on Tuesdays and Fridays, except Federal holidays, at the Maintenance Area (North Street); CLIN 0004: The contractor shall empty one (1), six (6) cubic yard container on Tuesdays and Fridays, except Federal holidays, at the Computer/Security Building (Loading Dock Area); CLIN 0005: The contractor shall empty one (1), six (6) cubic yard container on Tuesdays and Fridays, except Federal holidays, at the Tactical Hotel Building; CLIN 0006: The contractor shall empty one (1), six (6) cubic yard container on Tuesdays and Fridays, except Federal holidays, at the Administration Building; CLIN 0007: The contractor shall empty one (1), eight (8) cubic yard container on Tuesdays and Fridays, except Federal holidays, at the Classroom Building; CLIN 0008: The contractor shall empty one (1), eight (8) cubic yard recyclable waste container on or about the 1st and 15th of each month at the Firearms Building (Loading Dock); CLIN 0009: The contractor shall empty one (1), eight (8) cubic yard recyclable waste container on or about the 1st and 15th of each month at the Classroom Building. All waste containers are the property of the USSS. If Tuesdays and/or Fridays fall on a Federal holiday, the contractor shall empty containers on the next business day. The contractor shall ensure that all waste removal operators close all lids after each container is emptied. The contractor shall be responsible for picking-up any debris that inadvertently falls from the contractor's vehicle(s) while at the JJRTC. Contractor personnel proposed to work under this contract shall be subjected to, and must successfully pass, police background investigations prior to being admitted to the JJRTC. At time of contract award, the contractor will be provided with USSS contractor personnel access forms. All contractor personnel proposed for this contract shall be U.S. citizens, and shall successfully pass police background checks prior to being admitted to the JJRTC. Within five(5) days of contract award, the contractor shall submit the completed contractor personnel access forms to the Contracting Officer's Technical Representative (COTR). Within five (5) days of contract award, the contractor shall submit the proposed date/time of service, after consultation with the COTR. Due to the USSS's rigid training schedule, the contractor may be required to perform services at times other than previously approved. The government will notify the contractor of required changes 72 hours prior to regularly scheduled services. CLINs 0001 through 0009 shall apply to the Base Year; CLINs 0010 through 0018 shall apply to Option Year I, if exercised; CLINs 0019 through 0027 shall apply to Option Year II, if exercised; CLINs 0028 through 0036 shall apply to Option Year III, if exercised; and CLINs 0037 through 0045 shall apply to Option Year IV, if exercised. The period of performance shall be as follows: Base Year -- 01 OCT 01 through 30 SEP 02; Option Year I -- 01 OCT 02 through 30 SEP 03, if exercised; Option Year II -- 01 OCT 03 through 30 SEP 04, if exercised; Option Year III -- 01 OCT 04 through 30 SEP 05, if exercised; and Option Year IV -- 01 OCT 05 through 30 SEP 06. Billings shall be issued on a monthly basis for the previous month's services. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-2, Paragraph (a) insert: "The government intends to award a firm fixed price purchase order to the responsible offeror with acceptable past performance, whose quotation, conforming to the Solicitation as provided herein, is lowest in price. For evaluation of past performance, the offeror must provide at least three references for contract/purchase orders of similar products/services within the last two (2) years. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral." 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following Clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Empolyment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program -- Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. Quotations must contain the following: 1) Pricing for base year and options years; 2) Past Performance information; and 3) Completed and signed copy of FAR 52.212-3, Offeror Representations and Certifications. All responsible offerors may fax quotations to (202) 406-6801, ATTN: Ava McIntire, to be received no later than 26 SEPTEMBER 2001, 4:00 PM Local Time. Quotations may be forwarded by mail to the U.S. Secret Service, Procurement Division, ATTN: Ava McIntire, 950 H Street, NW, Washington DC 20223. Please note award is anticipated in order to accommodate the 01 OCTOBER 2001 start date. A site visit will occur on FRIDAY, 21 SEPTEMBER 2001, 10:00 AM LOCAL TIME, at the JJRTC, Firm representatives to be present at the site visit must contact Ava McIntire, at (202) 406-6783, no later than TUESDAY, 18 SEPTEMBER 2001, 4:00 PM LOCAL TIME in order to obtain a contractor personnel access application. The completed form must be received by the JJRTC no later than WEDNESDAY, 19 SEPTEMBER 2001, 12:00 PM LOCAL TIME. Please fax the completed contractor personnel access application to the JJRTC at (240) 624-3083, ATTN: Charlie Homfeld. Firms who do not provide this information prior to the deadline will not be allowed to attend the site visit.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/USSS/PDDC20229/01Q0034/listing.html)
Record
Loren Data Corp. 20010917/SSOL001.HTM (D-256 SN50X5G8)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on September 13, 2001 by Loren Data Corp. -- info@ld.com