Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2006 FBO #1843
SOLICITATION NOTICE

S -- COMMERCIAL REFUSE REMOVAL

Notice Date
12/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SOL04070000024BAH
 
Response Due
12/27/2006
 
Archive Date
1/11/2007
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and in the format in Subpart 12.60, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. The Solicitation number is: SOL04070000024BAH and is issued as a Request for Quotations (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-13 dated September 28, 2006. The North American Industrial Classification System (NAICS) code is: 562219. This procurement is unrestricted, allowing both large and small business to submit quotations. The Office of Personnel Management (OPM) is soliciting quotations to obtain the services of: Refuse Removal. The contractor shall provide all labor, incidental materials, and removal/disposal of waste, in addition to other services necessary to render services under the resulting contract, see Statement of Work (SOW) detailed below. The following are inserted by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (to be submitted with quotation); 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items ?An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.?; FAR 52,212-4. FAR Clauses 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following clauses applicable: FAR 52.222-3 Convict Labor; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222.36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.232-36 Payment by Third Party. FAR 37.107 1965; The Service Contract Act of 1965 (41 U.S.C. 351-357) provides for minimum wages and fringe benefits as well as other conditions of work under certain types of service contracts. The latest wage determination (number 1994-2451, revision 26) for Butler County, PA, may be accessed electronically at website http://www.wdol.gov/wdol/scafiles/std/05-2451.txt. The most recent wage determination shall be incorporated in full text to the successful offeror. The full text of FAR references may be accessed electronically at website http://www.acqnet.gov Quotations in response to this RFQ shall be accepted up to: December 29, 2006. Along with quotations, in the format detailed below, all offerors shall be required to submit at least three references; the provided information regarding references shall include vendor name, vendor address, contact individual, phone number for contact, type of service, and length of service. Please email the Contracting Officer for 1: a fillable spreadsheet for deliverables; and 2: Past performance reference request form. Only written requests for additional information will be accepted. Notification of any changes shall be made only on the internet. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to Bradley.Holtzapple@opm.gov. Vendors not registered in the Central Contractor Registration (CCR) database at the time the requirement is to be awarded will not be considered. Vendors may register with CCR by calling 1-888-227-2423 or (269) 961-5757, or by accessing www.ccr.gov. BACKGROUND The Federal Investigative Services Division (FISD) is a part of the United States Office of Personnel Management (OPM). FISD provides background investigation services for other agencies of the Federal Government. This Division is located in a leased private facility located at: 1137 Branchton Road, Boyer, Pennsylvania 16018, commonly known as ?Iron Mountain Record Management underground facility.? STATEMENT OF WORK The contractor shall provide refuse removal/disposal service required to achieve continued daily operations of OPM-FISD functions. Refuse shall be defined as combustible and non-combustible materials such as paper, corrugated boxes, lumber, plastic, filled garbage bags, waste food products, etc. Deliverables/Service Requirements - (1) Quantity of five front loading refuse containers [dumpsters] each with an eight cubic yard capacity, for storage of refuse until collection. (2) Timely and dependable refuse removal services on a set daily schedule for each container/dumpster. (3) Collection schedule as follows: Monday, Wednesday, and Friday between the hours of 0900-1130 and 1230-1400; excluding Federal Government Holidays. (4) Government flexibility to change or order additional deliverables [containers, refuse pickup] based on removal needs, with 24 hour notice from the Contracting Officer [CO] or designated Contracting Officer?s Representative [COR] . (5) Collection [emptying of containers] will occur at a pre-designated outdoor area sufficient for maneuverability of frontloading refuse collection trucks. (6) Contract driver shall be responsible for loading and transporting of the generated refuse from the pre-determined container location. (7) Contract driver shall be responsible to ensure refuse containers are placed in an organized fashion in the container holding area. (8) Contract driver shall ensure that the container holding area is free of debris before leaving the site. (9) Contractor will provide a main point of contact for the government CO and designated COR at the service location. (10) Compliance with all applicable Federal, State, and Local regulations and licenses. The Contracting Officer shall be the only Government Official able to modify the terms and conditions for this requirement. QUOTATIONS Offerors are invited to submit firm, fixed price quotation responses for deliverables. Deliverable (1) Monthly rental cost of each container; (2) cost per trip for refuse removal service. Any and all additional costs (such as tipping fees, fuel/environmental charges, etc.) shall be included in the appropriate line item pricing and shall not be included as a separate line item. The governments? requirement will be for a base period of one year, with an option period of an additional year. The offeror?s quotation must provide unit base period prices; unit option period prices; total base period prices; and total option period prices to be considered responsive. Offerors must submit at least three references with their quotations. The information regarding the references is detailed above. QUOTATION EVALUATION/ CONTRACT AWARD Price Evaluation: OPM-FISD will evaluate quotations, to determine price reasonableness, and past performance to meet objectives in the scope of this RFQ. An order will be awarded to the vendor whose responsive quotation offers the best value to the OPM. Quotations must be received by the Office of Personnel Management no later than December 29, 2006. Place of Performance: Office of Personnel Management, Federal Investigative Services Division, 1137 Branchton Road, Boyers, PA 16018 Point of Contact: Bradley Holtzapple, Contracting Officer, Phone: 724.794.5612 ext: 289, Fax: 724.794.1152, Email: Bradely.Holtzapple@opm.gov
 
Place of Performance
Address: OPM-FISD, 1137 Branchton Rd., Boyers, PA
Zip Code: 16018-0618
Country: UNITED STATES
 
Record
SN01194622-W 20061213/061211221014 (fbodaily.com)
 
Source
FedBizOpps 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.