SOLICITATION NOTICE
P -- Contract for Solid Waste Collection Service at Badlands National Park
- Notice Date
- 2/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
- ZIP Code
- 57751
- Solicitation Number
- Q1300100045
- Response Due
- 2/26/2010
- Archive Date
- 2/2/2011
- Point of Contact
- Ronald J. Kesterson Contract Specialist 6055743183 ron_kesterson@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Department of Interior, National Park Service is soliciting offers to procure solid waste disposal services for Badlands National Park, Interior, SD. The Contractor is expected to follow commercial practices to ensure proper collection, handling, and disposal of solid and recycle waste in accordance with all Federal, States, and local regulations. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate, written solicitation will not be issued. This solicitation is issued as a Request for Proposals (RFP) in accordance with FAR Part 12 (Acquisition of Commercial Items). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 562111, and business size maximum is $12.5 million. This solicitation is open to all contractors considered responsible, and any or all responsible sources may submit a proposal for consideration with the expectation that there will be one award supporting this acquisition. All offerors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) Systems. This requirement involves furnishing all labor, materials, and equipment necessary for the disposal of solid waste at Badlands National Park. Pickup will be performed throughout the park at specified locations following dumpster location maps and a seasonal dumpster pickup schedule The requirement supports twelve (12) dumpsters consisting of two (2), four (4), and eight (8) yard solid waste dumpsters and two (2) and four (4) yard cardboard recycle dumpsters. The contractor is responsible for routine pickup/collection of refuse and recyclables for delivery to the nearest approved sanitary landfill capable of proper disposal under Federal and State regulations. Refer to the attached 3-page Statement of Work, Dumpster Location Map, and Dumpster Pickup Schedules for detailed information. The expected duration of the resulting contract will be for a portion of the base year of award and include four option years. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. Evaluations of offers will follow FAR 52.212-2, Evaluation-Commercial Items. The Government intends to award a firm fixed price contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors will be used to evaluate offers: 1) Price (The Total Price for all CLINs plus Option CLINs will be evaluated. Offerors shall include pricing for the Base Period of Performance and Four Option Periods to be considered for award). The price schedule (see attached bid schedule) consists of base partial year with four option years: Base period: April 1, 2010 through September 30, 2010; Option Year One (1) = October 1, 2010 to September 30, 2011; Option Year Two (2) = October 1, 2011 to September 30, 2012; Option Year Three (3) = October 1, 2012 to September 30, 2013; and Option Year Four (4) = October 1, 2013 to September 30, 2014. All costs/prices should be submitted by offerors when submitting proposals. It is expected that contractor will provide monthly invoices based on scheduled pickups throughout the period of contract. 2) Past Performance (Past Performance will be evaluated as positive, negative, or neutral). All proposals shall submit at least three Points of Contact with complete name, phone number and e-mail address, to confirm relevant past performance providing commercial refuse collection and hauling services. The Option Years will be exercised upon availability of appropriated funds by Congress for Fiscal Years: 2011, 2012, 2013 and 2014, in accordance with FAR Part 52.232-19 Availability of Funds for the Next Fiscal Year, and FAR Part 52.217-8; FAR 52.217-9 Option to Extend Services and Contract terms, dependent on contractors satisfactory progress determined through project surveillance to ensure government requirements are satisfied. Additional Relevant Contract Provisions/Clauses: The following apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3,Offeror Representations and Certification Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award; and FAR 52.233-4 Applicable Law for Breach of Contract Claim. In paragraph (b) of FAR 52.212-5 (b), the Contractor shall complete with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-2 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222.21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In paragraph (c) of FAR 52.212-5 (c), the following applies: FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment. FAR clauses are herein incorporated as follows: FAR 52.203-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.204-3 Taxpayer Identification; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; FAR 52.237-3 Continuity of Services; FAR 52.243-1 Changes-Fixed-Price; FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price); and FAR 52.249-8 Default (Fixed-Price Supply and Service). The Federal Acquisition Regulation clauses and provisions are available on the internet at: http://www.arnet.gov/far, and they will be incorporated into final contract award documents as appropriate. Wage Determination 2005-2485, Revision No.7, dated 8/28/2009 for Jackson, County, South Dakota, is applicable to this solicitation and resulting award. Offers must include: 1) Written Proposal clearly describing offer to meet government requirement, including a section describing quality control practices as described in Statement of Work; 2) Completed Bid Schedule (attached) with consideration given to pickup schedule (attached) to determine pricing; 3) References that can provide information about contractor's performance on similar collection projects. The Point of Contact for this solicitation is: Ron Kesterson, Contract Specialist, National Park Service, Midwest Regional Office/NEKOTA MABO, phone: 605-574-3183; fax: 605-574-9077. All questions should be directed to Ron, in writing via email: ron_kesterson@nps.gov. or by fax. Questions related to this request for proposal will be accepted in writing/email, and must be submitted for review not later than close of business on February 18, 2010. Once questions are collected and reviewed, the government will consider whether an amendment to this solicitation will be required. This solicitation will close at 1:00 PM Mountain Time, on February 26, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1300100045/listing.html)
- Place of Performance
- Address: Badlands National Park25216 Ben Reifel RoadInterior, South Dakota 57750Jackson, County
- Zip Code: 57750
- Zip Code: 57750
- Record
- SN02055259-W 20100204/100202234849-fed0b94cf631d300f02e9820101511cb (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 |