Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

S -- Waste Disposal Landfill or Transfer Station

Notice Date
3/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NCR - NACE National Capital Parks East Headquarters 1900 Anacostia Drive, S.E. Washington DC 20020
 
ZIP Code
20020
 
Solicitation Number
Q3503110003
 
Response Due
4/8/2011
 
Archive Date
3/24/2012
 
Point of Contact
Kaprice Brown Purchasing Agent 2026905176 Kaprice_Brown@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
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in FAR 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 SOLICTATION WILL NOT BE ISSUED. Solicitation No.: Q3500110003 is issued as a Request for Quotation (RFQ) and will be awarded as a firm-fixed unit price, indefinite-delivery, requirement contract, base year plus four (4) option years (2011-2015) using simplified acquisition procedures for commercial items. Responses are due on or before April 8, 2011. The North American Industry Classification System (NAICS) is the small business size standard 562212; the size standard is less than $12.5 Million. This procurement is a small business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. The estimated magnitude of this procurement is between $25,000.000 and $30,000.00 annually. The National Park Service, National Capital Parks-East (NCP-East) has a requirement for a contractor to provide a dump transfer station site to dispose of generated trash picked up by government personnel from the NCP-East government grounds. The transfer site should not exceed a 25 mile radius from the Fort Dupont Maintenance Facilities, 3600 F Street, SE, Washington, D.C. 20019. NCP-East hours of operation are from Monday through Saturday between the hours of 7:30 AM and 2:30 PM. The contractor's site shall be available and operational during this period. The contractor's site shall be properly certified with the State and with the Environmental Protection Agency. A copy of the certification shall be submitted with quote. The contractor shall accept National Park Service (NCP-East) trash rear load vehicles. Vehicle identification will be provided to the contractor within three (3) days of contract award. Contractor may find full text of clauses and provisions at Part 52 and at ecfr.gpoaccess.gov (look for Title 48, Chapter 14, Part 1452-Solicitation Provisions and Contract Clauses) 52.212-1 Instructions to Offerors - Commercial Items (June 2008), 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications - Commercial Items (Mar 2011) Contractor must fill-in and complete this provision and provide with their quote, 52.212-4 Contract Terms and Conditions -Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commerical Items (Mar 2011), 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), Alternate I (Oct 1995), 52.216-21 Requirements (Oct 1995), 52.217-6 Option for Increased Quantity (Mar 1989), 52.217-8 Option to Extend Services (Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (Jan 2011), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.219-28, Post Award Small Business Program Representation (Apr 2009), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Veterans (Sep 2010), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37, Employment Reports on Veterans (Sept 2010), 52.222-41, Service Contract Act of 1965 (Nov 2007), 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009), 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 1452.203-70 Restrictions on Endorsements (July 1996), 1452.215-70 Examination of Records by the Department of the Interior (April 1984), 1452.228-70 Liability Insurance (July 1996), Department of Labor Wage Determination No. 2005-2103 Revision No. 10. Evaluation Criteria of Commercial Items will be in accordance with FAR 52.212-2. Technical and past performance when combined, are equal. Quotations will be reviewed to determine which contractor represents the lowest price technically acceptable. To be technically acceptable, the following shall be met: (1) Company is Small Business (2) Submit copies of State and Environmental Protection Agency certifications and (3) be located within a 25 mile radius of 3600 F. Street, SE, Washington D.C. 20019. Contractor shall provide facilities operational hours with quote. Contractor shall fill-in and complete the provision number 52.212-3, Representation and Certifications and provide with quote. Award will not be necessarily be made to the lowest price offeror, but rather the one that offers the best value to the National Park Service. Price, time of operation (days and time) will be evaluated of those quotations that are found acceptable. Use this field for Price Quote Submission: Base Year (2011) estimated quantities 450 tons per year: unit price $_________________, total $__________________; Option Year 1 (2012) estimated quantities 450 tons price per ton $________________, total $_____________________; Option Year 2 estimated quantities 450 tons (2013) price per ton $ ________________, total $ ____________________; Option Year 3 estimated quantities 450 tons (2014) price per ton $_________________, total $___________________ ; Option Year 4 estimated quantities 450 tons (2015) price per ton $_________________, total $___________________ ;. Quotation submission requirements: All quotes shall be submitted as an email or original for receipt no later than 4:00 p.m., ET, April 8, 2011, and be clearly marked with Request for Quotation Number Q3403110003. Offerors are hereby notified that if your quotation is not received by the date and time and location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service, National Capital Parks-East, Procurement Office; Attn: Kaprice Brown, Purchasing Agent; Request for Quotation Number Q3403110003; 1900 Anacostia Drive SE, Washington, D.C. 20019 or email kaprice_brown@nps.gov. Proposals by telephone or facsimile (fax) will not be accepted. The point of Contact for this requirement is Kaprice Brown, Purchasing Agent at (202) 690-5176, email kaprice_brown@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3503110003/listing.html)
 
Place of Performance
Address: Washington, District of Columbia
Zip Code: 200206722
 
Record
SN02409217-W 20110327/110325234230-7addd8f21e1d5d200932247dbdaf1110 (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.