Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2010 FBO #3154
SOLICITATION NOTICE

S -- Canyon Ferry Garbage Services. Removal and Disposal.

Notice Date
7/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 PO Box 36900 Billings MT 59107
 
ZIP Code
59107
 
Solicitation Number
R10PS60437
 
Response Due
8/17/2010
 
Archive Date
7/12/2011
 
Point of Contact
Amanda Somerville Contracting Officer 4062477797 ;
 
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
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; proposals are being requested and a written solicitation will not be issued. The Bureau of Reclamation has a requirement for refuse removal and disposal services at Canyon Ferry Dam, Reservoir, Powerplant, and Recreation Area, located in Lewis and Clark and Broadwater Counties, Montana. Canyon Ferry Work includes, but is not limited to, trash and refuse collection, removal, transportation and disposal at appropriate landfills. Trash collection points are located at various sites around the reservoir including seven campgrounds, one office, one shop area, and one powerplant. Offers are being requested and a request for quotation (RFQ) numbered R10PS60437 is issued to facilitate electronic quotation submissions. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-43. Award is being issued pursuant to the Small Business Competitiveness Demonstration Program. The North American Industry Classification System (NAICS) Code for this acquisition is: 562111 Solid Waste Collection. The small business size standard for NAICS Code 562111 is $12,500,000.00. The resulting contract will be a firm-fixed price type. Line Item 0001 - Garbage services (Base Year): Work to be performed includes trash and refuse collection, removal, transportation, and disposal at appropriate landfills from containers listed in Part IV-1 of Performance Work Statement. Period of Performance is August 29, 2010 through September 30, 2011. Line Item 0002 - Garbage services (Option Year I): Work to be performed includes trash and refuse collection, removal, transportation, and disposal at appropriate landfills from containers listed in Part IV-1 of Performance Work Statement. Period of Performance is October 1, 2011 through September 30, 2012. Line Item 0003 - Garbage services (Option Year II): Work to be performed includes trash and refuse collection, removal, transportation, and disposal at appropriate landfills from containers listed in Part IV-1 of Performance Work Statement. Period of Performance is October 1, 2012 through September 30, 2013. Line Item 0004 - Garbage services (Option Year III): Work to be performed includes trash and refuse collection, removal, transportation, and disposal at appropriate landfills from containers listed in Part IV-1 of Performance Work Statement. Period of Performance is October 1, 2013 through September 30, 2014. Line Item 0005 - Garbage services (Option Year IV): Work to be performed includes trash and refuse collection, removal, transportation, and disposal at appropriate landfills from containers listed in Part IV-1 of Performance Work Statement. Period of Performance is October 1, 2014 through September 30, 2015. The contract will be awarded to that responsible offeror whose offer conforms to the essential requirements of the solicitation and is the most advantageous price to the Government. The Government reserves the right to reject any or all offers and to waive informalities and minor irregularities in offers received. In accordance with FAR 9.105-1, the Contracting Officer may request an offeror to provide detailed information relating to his responsibility and, as necessary, to the responsibility of his proposed subcontractors. The Contracting Officer expressly reserves the right to reject the offer of any offeror determined to be nonresponsible. The following provisions and clauses apply to this solicitation action: FEDERAL ACQUISITION REGULATION 1)52.204-4, Printed or Copied Double-Sided on Recycled Paper2)Data Universal Numbering System (DUNS) Number3)52.212-1, Instructions to Offerors 52.203-3 4)52.212-3, Offeror Representations and Certifications. a.Offerors shall include a completed copy of the provision 52.212-3 or indicate completion of the applicable Online Representations and Certifications Application (ORCA) in their offers.5)52.212-4, Contract Terms and Conditions6)52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders a.Specific FAR clauses included in 52.212-5 that are applicable to this requirement include: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representations; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires7)52.219-9, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program8)52.219-20, Notice of Emerging Small Business Set-Aside9)52.219-21, Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION 1)1452.203-70, Restrictions on Endorsements2)1452.215-71, Use and Disclosure of Proposal Information3)1452.228-70, Liability Insurance RECLAMATION ACQUISITION REGULATION 1)WBR 1452.201-80, Authorities and Limitations2)WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services3)WBR 1452.225-82, Notice of Trade Agreements Act Evaluations 4)WBR 1452.237-80, Security Requirements.OTHER1)ET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation Contractors2)DIG 2010-04, Prohibition on Text Messaging and Using Electronic Equipment supplied by the Government while Driving Prospective offerors are encouraged to inspect the site where services are to be performed and should arrange a site visit with the Canyon Ferry Field Office at 406-475-3922. Site visits will be coordinated Monday through Friday, 8:00 a.m. to 5:00 p.m.; holidays excluded. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Responsible offerors are requested to submit a quotation for this requirement to Amanda Somerville, Contract Specialist. Offers may be submitted electronically or via email to asomerville@usbr.gov. To facilitate electronic quotation submissions, a request for quote (No. R10PS60437) is being issued subsequent to this combined solicitation/synopsis. Offers are due no later than Tuesday, August 17, 2010, 4:00 p.m. MDT. NOTE: Effective October 1, 2003, any contractor to be awarded a government contract must be registered in Central Contractor Registration (CCR). Contractors may register at www.ccr.gov. NOTE: Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the Government must complete their Representations and Certifications online. All the representations and certifications which used to be submitted within Section K are now located online. To complete your Online Representations and Certifications (ORCA), contractors need to go to http://orca.bpn.gov. For questions and concerns, please contact Amanda Somerville at 406-247-7797.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c51a931cfbca308ffd30385bbb06b020)
 
Place of Performance
Address: Montana Area Office, Canyon Ferry Reservoir, Helena, Montana (Lewis & Clark County)
Zip Code: 59602
 
Record
SN02202758-W 20100714/100712234853-c51a931cfbca308ffd30385bbb06b020 (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.