SOLICITATION NOTICE
X -- DUMPSTER SERVICES- - Attachment A: Schedule B
- Notice Date
- 6/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFELA-12-R-0006
- Point of Contact
- Neddra Tucker, Phone: 337-263-4718
- E-Mail Address
-
neddra.tucker@fema.dhs.gov
(neddra.tucker@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Schedule B: Cost/Price COMBINED SYNOPSIS/SOLICITATION HSFELA-12-P-0006 DUMPSTER SERVICES DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The Department of Homeland Security Federal Emergency Management (FEMA) Louisiana Recovery Office (LRO) is releasing this combined synopsis/solicitation electronically only. This electronic version of the Request for Proposal (RFP) is the official version for this acquisition. This announcement constitutes the only solicitation; proposals are being requested. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing and received by the Contracting Office no later than 12 noon, June 15, 2012. No telephonic requests will be accepted. The email address for submission of all questions is Neddra.tucker@fema.dhs.gov. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS websites no later than 12 noon, June 19, 2012. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the offeror from submission of a proposal. NO EXCEPTIONS. Proposals are due no later than 12 noon CST on June 25, 2012. Offerors shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) in person or by mail to the following address: FEMA/ LRO Acquisitions: Attn: Neddra P. Tucker 1500 Main St. Baton Rouge, LA 70802 (337) 263-4718 Fax: (225) 267- 2504 Solicitation Number HSFELA-12-R-0006 is issued as a request for proposal (RFP) and is 100% set aside for Local Louisiana Small Businesses. The award will be a Firm Fixed Price Blanket Purchase Agreement (BPA). Award date is expected to be no later than Monday, July 13, 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) 2010-07. The NAICS code assigned to this project is 562111 "Solid Waste Collection" and the size standard is $5,000,000. The requirement is for the FEMA LRO Dumpsters Services. STATEMENT OF WORK FOR FEMA LRO DUMPSTER SERVICES I. Background The Federal Emergency Management Agency (FEMA) Louisiana Recovery Office's (LRO) objective is to administer the full range of Stafford Act programs in an efficient and timely manner, and respond to emerging needs that are vital to Louisiana's recovery. This blanket purchase agreement (BPA) will be utilized at the Louis Armstrong New Orleans International Airport (MSY) for evacuation purposes. Individual task orders will specify the number of dumpsters for each requirement. II. Scope The contractor shall provide all equipment, personnel, transportation and supervision required to provide the dumpsters specified in Section III. In most instances, the contractor will be notified prior to the disaster occurring. Therefore, the contractor shall ensure that all equipment is removed or secured prior to the disaster occurring to ensure the safety of individuals and surrounding structures. Mobilization and demobilization shall be included in the total cost for the rental period. III. Specifications CLIN: 0001 Quantity: 1 Description: 30 yard dumpster to include on call swaps. IV. Period of Performance The period of performance shall be one (1) year from date of award with two (1) year option periods. V. Place of Performance Louis Armstrong New Orleans International Airport 900 Airline Dr Kenner, LA 70062 INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. Copies of delivery tickets are needed to support these invoices. EVALUATION FACTORS: I. BASIS FOR AWARD The Government's source evaluation will be based on a best-value trade-off process. Accordingly, award will be made to the responsible and technically acceptable Offeror whose proposal provides the greatest overall value to the Government, price and technical (non-cost) factors considered. This process permits tradeoffs among price and technical (non-cost) factors and allows the Government to accept on a basis other than solely limited to lowest price.. II. EVALUATION FACTORS A. Technical (non-cost) Factors- Technical Approach is more important than company experience. Factor 1- Technical Approach Factor 2- Company Experience B. Cost or Price Factors Factor 3- Price III. EVALUATION CRITERIA A. Technical Factor 1-Technical Approach The Offeror's management approach will be evaluated by assessing the likelihood that the proposed technical approach will meet the Government's requirements. This factor will be used to evaluate the degree to which the Offeror's proposed technical approach meets all requirements. The Offeror shall detail their plan to achieve the Government's requirements identified in the SOW. The Government will evaluate the Offeror's strengths, weaknesses and risks of the Offeror's technical approach in addressing the following: • Technical capability to provide the equipment within the specified time by providing equipment lists to include the make, model, and quantity available for the requested equipment. • Plan to ensure that the required equipment is provided although resources may be scarce as result of a disaster. • Quality control procedures to ensure that the equipment will be secured onsite or removed prior to a disaster to ensure safety. Factor 2-Company Experience Company experience will be evaluated on the basis of Offeror's relevant experience during the last three years. The government will evaluate each Offeror's corporate experience in providing services, which are of similar nature to the work to be performed under the requirement described in this solicitation. Specifically, jobs that are of similar scope, complexity, contract type, and period of performance, in relation to the requirements of this solicitation are of particular interest to the government. The Offeror shall provide summaries for relevant and recent projects. The summaries shall include the following: • Contracting Agency (Company), address and phone number. • Point of contact name • Contract number and type of contract • Date of contract, period of performance, and place of performance • Project value • Describe the relevance to this requirement. It is not sufficient to merely state that a project is comparable in magnitude and scope. Rationale must be provided to convince the Government that a project is indeed similar. In determining the rating for experience the Government will give greater consideration to the experience which is most relevant to the solicitation. The evaluation of experience will focus on the relevance, complexity, and scope of the noted experience. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items, paragraph (a). The clauses identified in paragraph (b) are included in the "Additional Terms and Conditions" attached to this posting. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Vendors must be currently registered and have a valid certification in the Online Representation & Certification Application (https://orca.bpn.gov) as well as have a current Central Contractors Registration (CCR) at www.ccr.gov before an award could be made to them. Solicitation closing date is June 25, 2012. All quotes must be received by 12:00 noon Central Standard Time. Offerors are reminded to insure your FEDEX or DHL package arrives on time. The FEMA/LRO Office is open from 730AM - 500PM CST Monday through Friday. Any questions pertaining to this solicitation must be addressed to: neddra.tucker@fema.dhs.gov. The Government reserves the right to award the contract without holding discussions. Offerors shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) in person or by mail to the following address: FEMA/ LRO Acquisitions Attn: Neddra P. Tucker 1500 Main St. Baton Rouge, LA 70802 (337) 263-4718 Fax: (225) 267- 2504
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFELA-12-R-0006/listing.html)
- Place of Performance
- Address: NEW ORLEANS, Louisiana, 70062, United States
- Zip Code: 70062
- Zip Code: 70062
- Record
- SN02772916-W 20120614/120612234852-1d571bd8d2b63c4d85394e958a9a5473 (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 |