Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
SOLICITATION NOTICE

P -- SCRAP TIRE REMOVAL/RECYCLING

Notice Date
9/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700104Q0057
 
Response Due
9/20/2004
 
Archive Date
9/22/2004
 
Point of Contact
JOYCE S. BAYS (910) 451-1595 CONTRACT SPECIALIST, JOYCE S. BAYS (910) 451-1595
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. M6700104Q0057 solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. This is 100% set aside for small business, NAICS 56199, Size standard $5.0. This is a service contract for the removal of scrap tires, from DRMO, Marine Corps Base (MCB), Camp Lejeune, NC (CLNC), and Forward Receiving Area (FRA), Marine Corps Air Station (MCAS), Cherry Point, NC (CPNC), to be recycled. This firm-fixed price contract will have a basic one year performance period of 01 Oct 2004 through 30 Sep 2005 (Item 0001) and 4 one-year priced out option per! iods (items 1001, 2001, 3001, 4001). There is one line item for each one year period, (2,000 lbs = 1 ton), estimated quantity for DRMO, MCB, CLNC is 199 tons for the basic year and 199 tons for each option period; the FRA, MCAS, CPNC estimated quantity is 177 tons for the basic year and 177 tons for each option period. Contractor shall quote their cost per ton, for the basic period (Item 0001), and each option period (items 1001, 2001, 3001, 4001, respectively) . The Government will provide a scale to verify the quantity removed (2,000 lbs = 1 ton). Normal loading hours are between 0800 and 1500, Monday through Thursday (Federal Holidays not included) Contractor shall arrive in sufficient time to accomplish and complete loading within the specified timeframe. Except for the aforementioned Government furnished item, the Contractor shall furnish everything required to perform the tasks specified herein. The Contractor's transport carrier shall be a North Carolina, EPA a! pproved scrap tire permit holder and transporter. The Contractor shall be responsible for obtaining any necessary license/permits, and, complying with all applicable Federal, State and Local Laws, codes and regulations in connection with this work. The contractor shall be required to (i) place two forty cubic yard roll off containers in the yard at each site; (ii) remove the roll-off and replace it with another of same dimensions when notified that a pickup is needed; (iii) furnish all labor and equipment to facilitate loading of overflow tires. Contractor will be notified when a minimum of 10,000 lbs and a maximum of 25,000 lbs require removal. All aircraft tires shall be shredded, absolutely no resale is authorized by the Government for these tires. The Contractor shall remove tires within * hours, but no more than 5 working days, after oral/written notification. The Contractor shall prepare a scrap tire manifest and documentation that identifies the NC, EPA permitte! d scrap tire carrier, recycling facility or other authorized disposal facility, and shall provide a completed copy of the tire manifest and invoice at time of each removal. The Contractor shall be responsible for returning the original copy of the signed manifest to DRMO, CLNC within 10 working days after date of shipment. In addition, the Contractor shall provide a Certificate of Recycling to DRMO, CLNC, within 60 days of removal. All signed manifests and Certificate of Recycling, whether for DRMO, CLNC or FRA, MCAS, CPNC will go to DRMO, CLNC. Certificate of Recycling shall include: method and date of recycling; facility name, address, and EPA Permit No.; quantity recycled; pick up invoice number and date; and signature/date of authorized facility personnel. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this requirement, 52.212-1 Instructions to Offerors-Commercial; 52.! 212-2 Evaluation-Commercial Items, paragraph (a), evaluation factors of this provision are technical capability, past performance and price: (i) technical capability in meeting the Government's requirement (a) quotes shall reflect services with specifications that are considered the best overall commercial services available in the industry, (b) quotes shall address, at minimum, all of the services and tasks stated above, clearly demonstrating how they will be accomplished, (c) quotes shall state the number of work hours needed to accomplish services after receiving notification that tires need removing (Not to exceed a maximum of five working days); (ii) past performance, information utilized to evaluate this factor will be references submitted with quote. (a) Contractor shall provide at least 2 Government sources and 2 commercial companies, i.e., consumer protective organizations, for which your firm has performed same or similar services within the last 3 years, (! b) reference list shall include, name of agency/commercial company, point of contact, contract number, dollar amount of contract, and the type of services performed; (ii) price, the contractor shall quote their price per ton to perform the above service, the price will be evaluated for fair and reasonableness, therefore, the Government may request a breakdown of that price, the quote must reflect a price per ton for the basic period and each of the 4 option periods. (Note: quotes that do not contain sufficient data/information, to allow for a complete evaluation, will be rejected.) 52.212-3 Offeror Representations and Certifications-Commercial Items (which must be completed by the Contractor and submitted with quote); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items, to include 52.217-9 Option to Extend the term of the Contract; 52.211-15 Defense Priority and Allocation! Requirements; 52.219-6 Notice of Total Small Business Set-Aside; 52.232-8 Availability of funds; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-34 Pricing of Contract Modifications; 52.211-14 Notice of Priority Rating for National Defense Use; 52.217-5 Evaluation of Options; 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items; 252.232-7003 Electronic Submission of Payment Request (To be eleigible for award the Contractor shall be registered with Wide Area Work Flow (WAWF) to facilitate required electronic invoicing process. See http://www.wawftraining.com/ for training and register at http://wawf.eb.mil.) This requirement is subject to the requirements of the Service Contract Act of 1965, as amended; if applicable, (i) the Contractor shall furnish the Contracting Officer a copy of any collective bargaining agreement applicable to employees perfo! rming under this contract; (iii) Department of Labor Wage Determination no. 94-2393 (Rev 27), dated 10 Aug 2004, applies and can be accessed at website http://www.ceals.usace.army.mil. Quotes shall be submitted in writing, via email to baysjs@lejeune.usmc.mil or mailed/Federal Expressed, etc., to the Contracting Division, Bldg. 1116, MCB, Camp Lejeune, NC 28542, no later than 1400 (2:00 PM), 20 September 2004. All responsible sources may submit a quote. Note 1
 
Record
SN00665591-W 20040905/040903212641 (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.