SOLICITATION NOTICE
S -- REFUSE COLLECTION AND DISPOSAL
- Notice Date
- 10/23/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- BIA-Division of Acquisition, PO Box 26567, Albuquerque, NM 87125-6567
- ZIP Code
- 87125-6567
- Solicitation Number
- RMK0E070200
- Response Due
- 10/30/2007
- Archive Date
- 10/31/2007
- Point of Contact
- Sonia Nelson, Contract Specialist, (505) 563-3018
- 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; quotes are being requested and a written solicitation is available at request. The solicitation is issued as a Request for Quotation. The solicitation document and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The associated NAICS code is 562111. The contractor shall provide refuse collection and disposal services. The Contractor shall: A. Provide containers at service locations. B. Collect all refuse in a safe, efficient manner at each station. C. Dispose of all refuse collected. The Contractor is responsible for obtaining use agreements and the payment of fees with landfill operations. D. Be responsible for any and all refuse strewn on the ground at station and on route during the course of collection and disposal operations. Contractor shall remove all refuse within 10 ft. around each station and transport refuse in a manner to eliminate refuse from spilling or scattering. E. Maintain equipment in a clean, neat, safe and sanitary condition at all times. Maintenance shall be maintained as to retard the harborage, feeding and breeding of vectors and insects F. Provide the following information to the Contracting Officer's Representative (COR): 1. Approximate time of the day the station pickups will occur. 2. Route to be used daily, marked on site map. 3. All weight tickets or other written documentation evidencing each load of refuse was deposited in EPA approved landfill. 4. Insurance coverage. G. Confine operations while performing work to areas directly related to the work. H. Keep driveways and entrances clear to the maximum extent possible. Do not use these areas for parking and/or storage of materials or equipment. I. Be subject to the same regulations as those governing the conduct of Government employees, including Contractor employees, while performing the work under this contract in Government-owned or controlled buildings, on Indian or Government Reservation, or on Government land. J. Notify the COR immediately when a scheduled pickup will be late or not performed and give explanation. Otherwise, the COR shall make invoice deductions. SPECIFICATIONS: A. Containers a. The following types of equipment shall be used: i. Tilt-frame equipment ii. Hoist type equipment iii. Dumpster type equipment b. Shall be leak-proof and maintained for sanitary reasons c. Shall have a lid. B. Vehicles a. Meet Federal and California State Government standards (i.e. Motor Carrier Safety, Noise, Emission Standards for Motor Carriers engaged in Interstate Commerce) b. Meet 40 Code of Federal Regulations (CFR) 242 Collection Equipment c. Meet American National Standards Institute (ANS 1 Z245.1) d. Metal, leak-resistant and adequate provisions shall be made for suitable cover. e. The following types of equipment shall be used: i. Rear-loading compaction equipment ii. Side-loading compaction equipment iii. Front-loading compaction equipment. STANDARDS, CODES AND GUIDES: The services, materials/equipment and landfill(s) shall conform to the latest, but not limited to: 1. Public Law (P.L.) 89-272, Solid Waste Disposal Act. 2. 25 Bureau of Indian Affairs Manual (BIAM) Supplemental 40. 3. 29 CFR Occupational Safety and Health Administration (OHSA). 4. 40 CFR Protection of Environment. 5. P.L. 107-01 Public Convenience and Safety. 6. California State Health Authorities. 7. U.S. Public Health Service. 8. Environmental Agency. Note: Government will not supply copies of the above listed standards, codes and guides. DEBRIS DISPOSAL: Government facilities shall be maintained and kept clear by good housekeeping. All waste and debris generated shall be removed and disposed of at an EPA approved landfill at Contractor's expense. Executive Order 12088 "Federal Compliance with Pollution Control Standards" (October 13, 1978, Amended January 23, 1987) provides direction for Federal Agencies in protecting the environment, in addition to compliance with 40 CFR Part 257 regulations. The Contractor shall pick up refuse in an approved manner and transport all waste to an EPA approved sanitary landfill for disposal. The waste disposal shall be transported in accordance with all County, State and Federal Codes as required by law. Services are needed at Sherman Indian High School, H9010 Magnolia Avenue, Riverside, CA 92503. Period of Performance is November 1, 2007 to December 31, 2007, and four 1-year options: 1) 01/01/08 ? 12/31/08, 2) 01/01/09 ? 12/31/09, 3) 01/01/10 to 12/31/10, and 4) 01/01/11 to 12/31/11. The provision at 52.212-2 applies: The following factors shall be used to evaluate offers: i. PAST PERFORMANCE: Past performance is one indicator of an offeror's ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in the contractor's performance shall be considered. Offeror shall submit three references with requirements similar to the requirements of this solicitation. ii. KNOWLEDGE OF REFUSE COLLECTION AND DISPOSAL: Knowledge of the major components of this project will be evaluated by assessing each offeror's knowledge to accomplish the technical requirements and key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement. Offeror shall submit a short summary of proposed work and list of proposed employees, including resumes. iii. PRICE: Price per 3 cu yard container for each year. Technical and past performance, when combined, are equal to price. The following clauses are in full text: 1452.204-70 ?Release of Claims--Department of the Interior?; 52.212-02; 52.212-03, 52.217-08; and 52.217-09. The clause at 52.212-5 applies to this acquisition and the following additional FAR clauses cited in this clause are applicable: (14) 52.222-3, (15) 52.222-19, (17) 52.222-26, (31) 52.232-33 and (1) 52.222-41. The following clauses are incorporated by reference: 1) 1452.226-70, Indian Preference; 2) 52.212-01, 3) 52.212-04; and 4)52.213-02. Offerors shall submit a completed copy of the provision of 52.212-3 with its offer. A copy can be obtained at www.arnet.gov. Evaluation procedures: The Government shall award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Quotes are due on October 30, 2007 at 4:30pm (local time). Mailing address: PO Box 26567, Albuquerque, NM 87125. Physical Address: 1001 Indian School Road NW, Suite 347, Albuquerque, NM 87104. Fax number: 505-563-3019. Attn: Sonia L. Nelson.
- Place of Performance
- Address: Bureau of Indian Education, Sherman Indian High School, 9010 Magnolia Ave, Riverside, CA
- Zip Code: 92503
- Country: USA
- Zip Code: 92503
- Record
- SN01439484-W 20071025/071023234000 (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 |