SOLICITATION NOTICE
S -- Provide Dumpsters and Pickup/Disposal Service for Solid Waste
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street #200 Flagstaff AZ 86001
- ZIP Code
- 86001
- Solicitation Number
- E11PC12002
- Response Due
- 8/27/2011
- Archive Date
- 8/16/2012
- Point of Contact
- Fredericka M. Steele Contract Specialist 9286387436 freddi_Steele@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
- 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) #E11PC12002. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 562111; small business size standard: $12.5 million. The proposed contract is set-aside for small business concerns. The anticipated award date is approximately October 1, 2011. Please address questions regarding this solicitation to Freddi Steele, Contract Specialist at GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PC12002 NR Solid Waste Service. 2) STATEMENT OF WORK INTRODUCTION: The requirement is to provide dumpsters and pickup/disposal service for solid waste. This requirement includes picking up and properly disposing of approximately 48 cubic yards of solid waste per week from a total of six (6) locations in the developed area of the North Rim, Grand Canyon National Park. Four (4) locations are in the Campground, one (1) is across the parking lot from the administrative building and one (1) is near the generator building. These locations are within two (2) miles of each other. The current vendor uses eight, six (6) cubic yard capacity dumpsters and picks them up once a week. The dumpsters must be small enough so that a person standing on the ground can place a bag of trash into them. The solid waste is generated by NPS employees and park visitors. The concession operation on the North Rim (hotel and related services) disposes of their own waste. The dumpsters will be supplied and maintained by the contractor. The dumpsters must be labeled "NO HOT ASHES" on three (3) sides. The dumpsters must have the name and phone number of the vendor displayed prominently in plain sight. All other standard safety messages for dumpsters located in residential areas must be displayed. Pick up will be at least once a week from May 15 through the first week of November. The day or days of the week are up to the vendor; however, it must be consistent from week to week. There will be one (1) pick up after the road is opened (after winter snow removal) and before May 15, and two pick ups after the first week of November. The dates for these will be determined by the NPS and called into the vendor at least two (2) days in advance for needed pick up. These three (3) pickups may all be in one location, since the NPS consolidates the dumpsters to one (1) or two (2) sites for the winter. The solid waste must be disposed of in a state approved landfill. The landfill used must be communicated to the NPS at the time of award and also at the start of any option years. 3) PERIOD OF PERFORMANCE The period of performance starts approximately 10/01/11 and runs 12 months, with the possibility of up to four (4) one-year options. The NPS has the right to not exercise options. CLAUSES AND PROVISIONS This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Clause 52.204.07 Central Contractors RegistrationCompanies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. A company that is not registered in the CCR may not be considered for award. Conversely having a DUNS number and CCR record does not guarantee award to a company. The CCR database is available online at www.bpn.gov, and there is no charge to register. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: -- "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. --The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful offeror shall complete and submit the provision [proposal] to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13, and 52.232-33. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item(s), identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Clause 52.237-1 Site Visit. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Clause 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractors failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. Clause 52.222-41 Service Contract Act of 1965. The Service Contract Act (SCA) applies to this contract. Clause 52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts) applies to this contract. HOW TO PROVIDE A QUOTE Closing date and time: Saturday, Aug. 27, 2011, 9:00 a.m., Arizona Time Zone. Interested parties may submit a quote using the format below or by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. Contractors must be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for award of government contracts. The link can be found at http://www.ccr.gov. Contractors are also required to provide on-line representations and certifications (ORCA) at http://orca.bpn.gov. Payments will be made via electronic fund transfer (EFT) based on the banking information in the contractor's CCR record. No oral quotations will be accepted. All quotations must be signed by an authorized company official. All quotations must have the following information: Solicitation: E11PC12002 NR Solid Waste Service. Submit to: E-mail: GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PC12002 NR Solid Waste Service; via mail (address below) or Fax: 928-637-7005, Attn: Freddi Steele, E11PC12002 NR Solid Waste Service National Park Service1824 S. Thompson St., Suite 200Flagstaff, AZ 86001Attn: E11PC12002 NR Solid Waste Service (Steele) Quotes must be received no later than the closing date and time of this announcement. Quotes submitted through EC-IDEAS will not be accepted. Late quotes may not be considered. PROPOSAL FORMAT DATE:_______________________________________________________________________________; CONTRACTOR:________________________________________________________________________; ADDRESS:_____________________________________, City__________________, State__________, Zip Code___________; DUNS Number:_________________________________________________________________________; Contact Name:_________________________________________________________________________; Phone:_______________________________________________________________________________; Fax: ________________________________________________________________________________; E-mail:_______________________________________________________________________________; References for Past Performance. All offerors are required to provide a minimum of two (2) references that can be contacted to validate past performance. References must include company or agency name, current contact and that person's office/business phone number, as well as contract number/project name: 1st Reference: __________________________________________________________________________; 2nd Reference: _________________________________________________________________________; Proposal Line Items: Line Item #1: Provide Dumpsters and Pickup/Disposal Service for Solid Waste, as described under Statement of Work, 1 year (base year), Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #2: Provide Dumpsters and Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 1, Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #3: Provide Dumpsters and Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 2, Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #4: Provide Dumpsters and Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 3, Unit Price/month: $_____; Extended Price (12 months): $______; Line Item #5: Provide Dumpsters and Pickup/Disposal Service for Solid Waste, as described under Statement of Work, Option Year 4, Unit Price/month: $_____; Extended Price (12 months): $______; Total of Quote (Line items 1-5): $________________________. General Line Item Notes: 1. Offerors shall submit a price for all line items. Failure to do so may render the quote unacceptable. 2. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 3. Evaluation of options will not obligate the Government to exercise any of the options. 4. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by calculating the total price for all proposal line items. END OF SOLICITATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PC12002/listing.html)
- Place of Performance
- Address: Grand Canyon National Park, North Rim, Coconino County, Arizona
- Zip Code: 86052
- Zip Code: 86052
- Record
- SN02538125-W 20110819/110817235551-549c246533fa479768bec87087817946 (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 |