Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

S -- Utilizing Transfer Station to Dispose of Trash.

Notice Date
9/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NCR - NCP-Central, Division of Administration 900 Ohio Drive, SW Washington DC 20024
 
ZIP Code
20024
 
Solicitation Number
Q3400030001
 
Point of Contact
Latonca M. Harris Contract Specialist 2024850285
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation shall not be issued. The solicitation number, Q3400030001, is issued as a request for proposal (RFQ) for a firm fixed price contract and incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2001-09. This project is unrestricted, and the Standard Industrial Code (SIC) is 4953 and the NAICS code is 562212 and the small business size standard is $10.5. This solicitation includes the following FAR provisions and clauses: provision 52.212-1, Instructions to Offerors-Commercial, provision 52.212-2, Evaluation-Commercial Items, provision 52.212-3, Offeror Representations and Certifications-Commercial Items, clause 52.212-4, Contract Terms and Conditions-Commercial Items, and clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. REQUIREMENTS: The National Park Service, National Capital Parks-Central, Washington, DC, plans to procure services to perform all maintenance and related repairs to the elevators in designated locations in Washington, DC. The period of performance is for one year, starting October 1, 2002 "Subject to Availability of Funds" through September 30, 2003. The Contractor shall provide all management, supervision, labor, supplies, materials, and equipment, required to dump trash at their transfer station. A. Transfer Station of Solid Waste The National Capital Parks-Central (NACC) will utilize the contractor transfer station to dump trash from government-owned dump trucks. All NPS trucks will undergo an initial inspection during the first visit to the transfer station and will be provided an identification sticker, which will be utilized to track the frequency of dumps by a particular park. Additionally, all NPS truck drivers will participate in a mandated training provided by the contractor during the first site visit to ensure NPS drivers are informed of all transfer station procedures and regulations. Invoices for this service shall identify the truck number, the park and the number of tons disposed each visit. Delivery slips shall be certified by the contractor and the NPS driver and forwarded to the CO at the end of each month. A list of all NPS trucks and drivers utilizing the transfer station, will be provided to the contractor. The contractor shall provide a consolidated list of NPS trucks and drivers who have utilized the transfer station and shall be forward to the COR on a quarterly basis. The Contractor shall provide a disposal rate for dumping at the transfer station. The contractor will provide the address and location of the transfer station, name and telephone number of the staff member who is responsible and charge of the facility and who will be responsible in training and certifying the disposal of NACC trash and debris. The contractor shall also provide the working hours of the transfer station for the entire week (Monday-Sunday). Estimated Quantities for the Park: 1,100 tons The above tonnage is estimated quantities only, and the contractor will be paid based on the number of tonnage disposed at the transfer station. B. Verification of Service. a. The contractor shall forward all monthly invoices to the Contracting Officer. b. Copies of each invoice and respective charges will be forwarded to the COR. c. The COR will be responsible for checking the invoice against contract requirements and verifying service items indicated on the invoice. If service was not delivered or incorrectly invoiced, the COR will document in writing the discrepancies and will forward to the CO. The CO will return the invoice to the contractor within 5 working days. d. If the CO does not contact the contractor within 5 working days, it will be assumed the invoice is correct and has been approved for payment. The park will retain copies of the approved invoice for their records and for future reference if questions should arise. e. Invoices will then be paid by the CO. C. Additional Service Not Included in Contract. a. Should the COR require additional trash and/or recycling service not included within the general scope of the contract, the CO will initiate the request to the contractor. b. When requesting additional services, the CO will verbally or in writing request to the contractor a request for proposal, the contractors work schedule whether they are able to perform the services, and what is the cost to cover the additional services. c. The CO will be responsible for preparing the modification "By Mutual Agreement Between the Parties." The Modification will include a description of the requested service, the service location, and the cost for such service. After appropriate signatures are obtained, and copies distributed, the contractor shall perform the services agreed to within the modification. d. The contractor will forward the invoices for the additional services to the CO for processing. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the Government. All offers must include with their quotation a completed copy of the FAR 52.212-3. Full text versions of these provisions and clauses may be obtained on the internet at www.arnet.gov/far/. All interested/qualified sources that can provide these services must respond before or on Sunday, September 29, 2002 by 4:00 p.m. EST. Quotations must be addressed or hand carried to National Park Service, National Capital Parks-Central, Attn: Latonca Harris, Contracting Officer, 900 Ohio Drive, SW, Washington, DC 20024. Facsimile quotes will be accepted on (202) 426-1835 and via E-mail at Latonca_Harris@nps.gov. Questions concerning this acquisition may be directed to Ms. Harris at (202) 485-9880 ext. 117.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=861473)
 
Place of Performance
Address: Washington, DC
Zip Code: 200242000
Country: US
 
Record
SN00173888-W 20020925/020924065439 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.