Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
MODIFICATION

S -- REFUSE COLLECTION, DISPOSAL AND RECYCLING SERVICE

Notice Date
3/16/2007
 
Notice Type
Modification
 
NAICS
562212 — Solid Waste Landfill
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54C, Alameda, CA, 94501-5100, UNITED STATES
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-07-R-6SH002A
 
Response Due
4/13/2007
 
Archive Date
12/31/2007
 
Point of Contact
Melissa Vincent, Contract Specialist, Phone 510-437-3371, Fax 510-437-3014, - Christopher Hum, Contract Specialist, Phone 510-437-5916, Fax 510-437-3014,
 
E-Mail Address
Melissa.D.Vincent@uscg.mil, Christopher.G.Hum@uscg.mil
 
Description
CONTINUED: Attachment 1 PERFORMANCE WORK STATEMENT (PWS) REFUSE COLLECTION AND DISPOSAL AND RECYCLING SERVICES C.1 GENERAL- The Contractor shall provide all labor, materials, supplies, equipment, transportation, permits and licenses and containers (except as provided as Government-furnished) necessary to collect and dispose of all refuse, and to collect and to recycle all recyclable items at U.S. Coast Guard Family Housing Facility, Novato, California and the U.S. Coast Guard Pacific Area Strike Team Hanger #2, Hamilton Field, Novato, California. The Contractor shall perform these services in accordance with the terms and conditions of this contract and in keeping with good business practices. C.2 DEFINITIONS- As used throughout this contract, the following terms shall have the meanings set forth below- C.2.1 "COLLECTION" means the accumulated refuse from any one pickup station at any one time, regardless of the number of containers, dumpsters, or other boxes, bundles or bags, etc. C.2.2 "DEBRIS" means grass cuttings, tree trimmings, stumps, street sweepings, construction waste and similar waste material. C.2.3 "DISPOSAL FACILITY" means locations authorized by Federal, State or Local Governments to receive and dispose of refuse. C.2.4 "GARBAGE" means kitchen waste resulting from the handling, preparation, cooking, and serving of foods C.2.5 "RECEPTACLES OR CONTAINERS" means cans, drums, bins, dumpsters, and multiple containers or similar receptacles that can be handled easily either physically or by mechanical truck mounted hoists. C.2.6 RECYCLABLES include any of the following listed items or combination of a. Corrugated cardboard that can be recycled. b. Bottles, glass or plastic c. Tin or aluminum cans d. Glass or plastic d. Magazines, paper bags, office paper, computer paper & newspapers. C.2.7 "REFUSE" includes all garbage, ashes, debris, rubbish and other similar waste material. Not included are explosive and incendiary waste, hazardous waste and contaminated waste from medical and radiological processes, or all material listed as hazardous waste in (Code of Federal Regulation) 40 CFR Chapter 1, Part 302.4, with the exception of those items that are conditionally exempt, as described in 4 CFR Chapter 1.261.4 (b) (1). Refuse collected at households shall not include rocks, earth, construction waste, heavy or large metal objects, such as refrigerators. Also not included are " recyclables" as defined in paragraph C.2.6. C.2.8 "REFUSE COLLECTION" means a system of transporting refuse, including non-accountable salvage, from pickup station(s) to the point(s) of disposal. It includes hauling garbage to the transfer station when required by the terms of a salvage contract. C.2.9 "RUBBISH" means a variety of non-soluble waste material, such as, but not limited to, metal, glass, crockery, floor sweepings, paper, wrappings, containers, cartons and similar articles not used in preparing or dispensing food. C.2.10 "PICKUP STATIONS" means designated locations where refuse may conveniently and efficiently be accumulated and stored in containers for collection. C.3 COMPLIANCE WITH LAWS AND REGULATIONS- The Contractor shall comply with all Federal, State and Local laws, ordinances, statutes and regulations pertaining to the collection, transportation, and disposal of refuse and recycling. The Contractor shall obtain, and make available for review by the Contracting Officer and the Contracting Officer's Technical Representative (COTR), all permits, licenses or other authorizations required by such laws. C.4 USE OF ALCOHOLIC BEVERAGES OR CONTROLLED SUBSTANCES- The use, possession or sale of alcoholic beverages or controlled substance by Contractor personnel while on duty is strictly prohibited. The Contractor shall immediately remove any employee who uses, possesses, or sells alcohol while on duty, or is found to be improperly in possession of a controlled substance. Removal ofesigned to provide an effective method of monitoring Contractor performance for each listed objective on the Performance Requirements Summary (PRS) in the contract. The Government is concerned with the quality of the services provided, and not with the method that the Contractor uses to provide these services. If performance of any required service is unsatisfactory as a result of the Contractor's actions or omissions, then the Government may reduce the contract payments to reflect the decreased value of the services received in accordance with the PRS and/or applicable FAR clauses. 3. Responsibility for Quality Control: The Contractor, not the Government, is responsible for quality control and management actions to meet the terms of the Contract. The Government performs quality assurance to monitor whether Contract standards are achieved. 4. Surveillance Methods- The Government will evaluate the Contractor's performance under this contract. Government surveillance may include, but is not limited to, the following methods: a. Periodic Inspections by the COTR or designated Government Quality Assurance Evaluator (QAE). b. Validated Customer Complaints. (See Encl 1) PERIODIC INSPECTIONS: This method is sometimes called "planned sampling." It consists of the evaluation of tasks selected on other than a 100 percent or random basis. This method will be used on those items identified as such in the Performance Requirements Summary (PRS). Quarterly MADRs: The COTR or QAE will perform regular inspections on Vehicles in use on Government property in conjunction with normal pickup days, but the inspections will not interfere with normal collection operations. The COTR or QAE will conduct an inspection of at least one (1) trip per Quarter. The COTR or QAE will draw a number from 1 to 12 at the beginning of each Quarter to determine which weekly trip will be inspected under this method of sampling. Monthly MADRs: The COTR or QAE will conduct monthly inspections of at least (1) one performance objective per month. The COTR or QAE will draw a number from I to 4 at the beginning of each month to determine which week the inspections will take place. ATTACHMENT 3 VALIDATED CUSTOMER COMPLAINTS: Any base employee that observes unacceptable services, whether incomplete or not performed, for any performance objectives should immediately contact the COTR. The COTR will record the complaint including date and time, customer name, phone number and the nature of the complaint. The COTR will respond as soon as possible after receipt of a complaint to conduct a site visit to personally observe the reported defect. If the COTR determines the complaint is valid, the COTR will complete appropriate documentation to record the complaint and notify the Contractor of the defect. The COTR should inform the customer of the approximate time the unacceptable performance will be corrected and advise the customer to contact the COTR if not corrected. For purposes of calculating deductions, a validated customer complaint will be treated as if it had been identified as part of periodic inspections. 5. Deduction Methods: The Government will record all instances of substandard performance, whether through inspections, direct observation, customer complaint, or any other mechanism. The Government's preferred course of action will be discussions with the Contractor to make the Contractor aware of the problem, and to effectively prevent any recurrence of substandard performance. However, the Government may also take the following actions in addition to, or instead of, discussions with the Contractor: a. Presentation of a Contract Discrepancy Report requiring a written explanation for substandard performance; b. Payment deductions in accordance with the PRS; and/or c. Payment deductions in accordance with the applicable FAR clause(s). U. S. COAST GUARD FAMILY HOUSING AND PACIFIC STRKE FORCE NOVATO, CALIFORNIA CONTRACT DISCREPANY REPORT (CDR) 1. Contract No._______________DO#___________2. FY________3. Report # _____ 4. TO: (Contractor/QCI)________________________________________ 5. FROM: (COTR/QAE) _____________________________________________ 6. DATES: Prepared | Oral Notification | Returned by Contractor | Action Complete 7. Discrepancy or Problem [Describe in detail; include references to PWS paragraph or other contract clause or provision; attach continuation sheet if necessary; COTR shall cite applicable QC program procedure(s)] ?------------------------------------------------------------------------------------------------------------ 8. TO: (COTR)_____ _____________________________________ 9. FROM: (Contractor)________________________________________________ 10. Contractor?s response as to cause, corrective action and actions to prevent reoccurrence (attach continuation sheet if necessary): 11. Signature of Contractor?s Representative: ________________________________________________Date_________?___________ 12. Government Evaluation; acceptance, partial acceptance, rejection (attach continuation sheet if necessary): 13. Government Actions: payment deductions, performance evaluation meetings, other actions) 14. Close-out Actions (contractor notified; by whom/date; follow-up actions pending): NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG89-07-R-6SH002A/listing.html)
 
Place of Performance
Address: NOVATO, CALIFORNIA
Zip Code: 94949
Country: UNITED STATES
 
Record
SN01253589-F 20070318/070316224455 (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.