SOLICITATION NOTICE
F -- PAINT CHIP DISPOSAL
- Notice Date
- 2/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- DOT/Maritime Administration, DPO Acquisition 201 Mission Street, Suite 1800 San Francisco CA 94105
- ZIP Code
- 94105
- Solicitation Number
- DTMA4Q10010
- Response Due
- 2/18/2010
- Archive Date
- 2/5/2011
- Point of Contact
- Kathryn Rato Contracting Officer 4157442580 kathryn.rato@dot.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
- Total Small Business
- Description
- The Request for Quotation number is DTMA4Q10010 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. This acquisition is a Small Business set aside for offerors' business size not to exceed $12.5Mil. The NAICS is 562211..The contract type will be a firm-fixed-priced unit-price Indefinite Delivery Indefinite Quantities (IDIQ) contract. Though at time of award the IDIQ contract will be funded to the successful offeror's total of extended amounts, and this sum shall be considered a Not-To-Exceed ceiling for Task Orders to be issued against during the period of performance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for proposals. A written solicitation will not be issued. The ensuing award is under the authority of FAR Subpart 12 "Acquisitions of Commercial Items". The Government proposes to solicit offers for the following services and quantities: DESCRIPTION OF SERVICE: Provide services for profiling, manifesting, transportation and disposal of hazardous waste (lead-based paint chips), generated at the Maritime Administration, Suisun Bay Reserve Fleet (SBRF), Benicia, California. The lead-based paint chips are accumulated on-site by SBRF, primarily in 55-gallon drums and tri-wall cardboard cubic yard containers. The Government will provide the following: Laboratory analysis. Forklift and driver for loading upon the contractor's conveyance. The Contractor shall provide: Profiling of lead-based paint according to the analytical provided by the Government. Hazardous waste manifests for SBRF's review and signature. Any accompanying documentation required, such as Landfill Disposal Restriction forms, etc. A completed hazardous waste label for each drum or tri-wall and other marking as required by environmental rules. The Government has packed and labeled the drums. The contractor shall assure disposal drums are properly packaged, labeled and in good condition for shipping and disposal. The contractor shall report to the government if containers are found not acceptable so that the government may repack or re-label. Haul hazardous waste to the disposal site. Disposal of the waste. Forward any documentation received as a result of the disposal actions to the COTR. Contractor shall pick-up, as requested by the Task Order, the quantity of drums within five (5) days of the Ordering Officer's COTR's request (via email ), See Task Order paragraph below. PRICE SCHEDULE CLIN 0001: Est'd QTY:1000 UT:55-gal drums already packed with Lead-based Paint Chips $_______ per drum, extended to be $__________ CLIN 0002: Est'd QTY:200 UT: One cu/yard tri-wall w/pallet, packed with Lead-based Paint Chips $____________per triwall, extended to be $________ Total of CLIN 0001 & 0002 ext'd amouts $_______________ CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of the Representations and Certifications or go on-line and complete form at https://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions Commercial Item. (p) Limitation of Liability, is revised to read: LIABILITY a. The Contractor shall be liable for and shall at all times defend, indemnify and hold harmless the Government, its officers, enlisted personnel, agents and employees from and against any all loss, damage or injury, including property damage, personal injury and death, which may be sustained by any person or persons, whether they be employees, agents, or representatives of the parties hereto, or third persons, as a result of the Contractors performance of this contract. The Contractor shall also be liable for and shall at all times defend, indemnify and hold harmless the Government, is officers, enlisted personnel, agents and employees from and against any and all public or private environmental claims or liabilities shall include but not be limited to civil and criminal penalties, natural resource damages, response costs, cleanup and remediation, damage to Government and third party property, and any other third party liability. b. In the event any such claim or demand is made upon the Government, its officers, enlisted personnel, agents or employees, or in the event any suit therefore is instituted, the Government shall give immediate notice of such claim or suit to the Contractor and will refrain from any payment or demand with respect to such claim or suit without first allowing the Contractor a reasonable opportunity to resolve the claim. The Contractors liability under this clause shall include reimbursement to the Government, its officers, enlisted personnel, agents and employees for any judgments, payments or litigation expenses occasioned to them in connection with claims, demands or suits of which notice has been given by the Government. c. The Contractor releases the Government, its officers, enlisted personnel, agents and employees from any liability for any loss, damage or injury, which may be sustained by the Contractor in the performance of this contract. d. Notwithstanding any other provisions of this clause, the Contractor shall not be liable for or required to defend, indemnify, hold harmless or release the Government, its officers, enlisted personnel, agents and employees for any judgment, payments or expenses arising out of and to the extent of the gross negligence, willful misconduct or criminal acts of the Government, its officers, enlisted personnel, agents or employees. CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVINGa) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"-(1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10). (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving-- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. And as also prohibited by the California Code - Section 23123.5 CAL. VEH. CODE 23123.5. IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds transfer Central Contractor Registration, May 1999) makes mandatory the requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN& BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB1998) FAR 52.216-18 ORDERING. (OCT 1995)Such orders may be issued from: 1 March 2010 through 28 Feb 2011. FAR 52.216-19 ORDER LIMITATIONS. (OCT 1995) Minimum order. (a) less than $700.00, (b) Maximum order. The Contractor is not obligated to honor-- (1) in excess of 50 barrels (2) in excess of 300 barrels(3) 10 calendar days (d) within 10 days FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (d) 28 February 2011.TASK ORDER (TO) When a TO is required, the Contracting Officer Representative (COTR) will request a pick up and indicate the quantity, via email or phone call (this shall be arranged at time of performance with the successful offeror). The pickup shall be in the parking lot at MARAD Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia CA and the contractor shall pick up within five (5) days of the email request. The COTR 's email request shall also copy the Contracting Officer. The Contractor shall respond to the request by email within 24 hours. All TOs are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any TOs. TASK ORDER ADMINISTRATION Correspondence for the Task Orders should be directed to the following address, John.Colberg@dot.gov and kathryn.rato@dot.gov. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2553g and 10 U.S.C. 2402); FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.219-4 Notice of Evaluation preference for HUBZone Small Business Concerns if offer elects to waive indicate in Offer. (15USC 657a), FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (E.O. 13201); FAR 52.222-41 Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 AND 41 U.S.C. 351, et seq.) truck driver $22.50/hr. The Department of Labor Wage Determination No. 2005-2069-Revision No. 8 apply, see attached. The full text of any clauses reference above are available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. SPECIAL NOTE: FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) The Government will award one firm-fixed price contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered based on the total price for all CLINS. The following factors shall be used to evaluate offers: hauler/transport certificates are pass or fail, the Technical Proposal's Plan and Past Performance are trade off against Price for best value determination. AWARD: This purchase will be based on the following criteria: 1) (a)certifications for haulers and transportation, storage and disposal facilities, pass/or fail (b) Satisfactory disposal plan, see under Evaluation below. 2) Past performance and price will be evaluated. 3) After determination of certificate validation, the other than price factors combined, are approximately equal to price. Offerors are cautioned that the government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the best terms from a price and technical standpoint. 1) TECHNICAL PROPOSAL INSTRUCTIONS: The offeror provides copies of certificates or licenses for self and any subcontractors that they will be using, showing that their operations are approved and in good standing with the Environmental Protection Agency (EPA) and with California. The TECHNICAL PLAN: offeror describes the process they will be using to pick up, transport, store and dispose of the waste, including types of conveyances, how long the waste will be in transit, stored, the method of final disposition (disposal), and identifying which subcontractors have what part in the process. Attachment 1 is a sample lab analysis of the paint chips that should aid the offeror in compiling his technical plan and pricing. 2) PRICE: will be the evaluated in accordance with FAR 15.404-1(b). 3) PAST PERFORMANCE: Will be evaluated on the quality of previous experience and the relevance of previous experience. The offeror is required to identify past or current contracts for efforts similar to all services relevant to this requirement. Offerors are to submit three (3) relevant references. Provide as a minimum the following applicable information: Contract number, type of service involved, contract type (fixed price, time & material, etc.), total dollar amount, procuring activity or firm's complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, competence, customer satisfaction, management and adequate oversight. Relevance is specific experience with hauling and transporting hazardous waste. 4) OFFERS: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Responding contractors' offers shall consist of a signed quotation of price for the specifically identified CLINs, submitted to the primary contact listed on this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA4Q10010/listing.html)
- Place of Performance
- Address: Suisun Bay California
- Zip Code: 94510000
- Zip Code: 94510000
- Record
- SN02059159-W 20100207/100205235052-65374fdb05276f6b647376c75dff79e5 (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 |