SOLICITATION NOTICE
S -- TRASH & RECYCLE PICK UP SERVICE - Synopsis Package
- Notice Date
- 7/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
- ZIP Code
- 23704-2199
- Solicitation Number
- HSCG27-13-Q-5SF004
- Archive Date
- 8/10/2012
- Point of Contact
- Angel L. Pol, Phone: (757) 483-8541, Edna L. Daniels, Phone: (757) 483-8555
- E-Mail Address
-
angel.pol@uscg.mil, edna.l.daniels1@uscg.mil
(angel.pol@uscg.mil, edna.l.daniels1@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for quote synopsis package 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; proposals are being requested and a written solicitation will not be issued. HSCG27-12-Q- 5SF004 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-58. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 562111 The small business size standard is $12.5M. The FOB Destination delivery is to: USCG SFO Fort Macon, 2301 East Fort Macon Road, Atlantic Beach, NC 28513 on or before March 31, 2011. Offers are due at USCG Base Portsmouth, VA, by the Close of Business on July 202, 2012. Questions may be directed to Angel Pol, telephone (757) 483-8555 or email: angel.pol@uscg.mil Unit POC for technical questions or to arrange a site visit: Russel Cox @ (252) 240-8487 The USCG Base Portsmouth has a requirement to purchase an option year service maintenance agreement, base plus 4 option years, to provide waste management collection at USCG SFO Fort Macon, Atlantic Beach, NC. Contractor will provide trash disposal service to include delivery, pick up and landfill fees per the following requirements: a. Five (5), eight (8) cubic yard dumpsters, serviced every Wednesday. b. One (1), forty (40) cubic yard dumpster, serviced on the second and fourth Wednesday of each month. c. Two (2), eight (8) cubic yard CARDBOARD ONLY dumpsters, serviced on the second and fourth Wednesday of each month. d. Three (3), eight (8) cubic yard COMMINGLE RECYCLE ONLY dumpsters, serviced on the second and fourth Wednesday of each month. e. One (1), eight (8) cubic yard PAPER ONLY dumpster, services on the second and fourth Wednesday of each month. f. Twelve (12) additional dumps each of the five (5), eight (8) cubic yard dumpsters on an "as needed basis" not to be included in 3(a). These dumps will be requested by the Quality Assurance Evaluator (QAE). g. Twelve (12) additional dumps of the forty (40) cubic yard dumpster on an "as needed basis" not to be included in 3(b). These dumps will be requested by the Quality Assurance Evaluator (QAE). h. Twelve (12) additional dumps of the two (2), eight (8) cubic yard CARDBOARD ONLY dumpsters on an "as needed basis" not to be included in 3(c). These dumps will be requested by the Quality Assurance Evaluator (QAE). i. Twelve (12) additional dumps of the three (3), eight (8) cubic yard COMMINGLE RECYCLE ONLY dumpsters on an "as needed basis" not to be included in 3(d). These dumps will be requested by the Quality Assurance Evaluator (QAE). j. Twelve (12) additional dumps of the eight (8) cubic yard PAPER ONLY dumpster on an "as needed basis" not to be included in 3(e). These dumps will be requested by the Quality Assurance Evaluator (QAE). Dumpsters that are damaged from normal usage will be replaced by the contractor upon notice from the QAE. Dumpsters must be changed twice per 12 month period for cleanliness and vermin control. These change outs will occur in Oct/Nov and Mar/Apr. Quote each year separately: Base Year: 11/1/12 - 10/31/13 Option Year 1: 11/1/13 - 10/31/14 Option Year 2: 11/1/14 - 10/31/15 Option Year 3: 11/1/15 - 10/31/16 Option Year 4: 11/1/16 - 10/31/17 Company's quotes MUST include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (MAR 2012), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of liability insurance certificate (14) One copy of business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Feb 2012) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2012) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Mar 2012). FAR 52.217-5, Evaluation of Options (Jul 1990) applies. The Government reserves the right to award at a single year or any combination of option years. The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C.351, et seq) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.) 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (Dec 2007) 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007) (42 U.S.C. 8259b) 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) 52.223.18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.237-11 Accepting and Dispensing of $1 Coin (Oct 2008) Department of Labor Wage Determination No: 2005-2393, Revision No: 12, Dated 6/13/11 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-13-Q-5SF004/listing.html)
- Place of Performance
- Address: USCG SFO FT MACON, 2301 EAST FT MACON RD, ATLANTIC BEACH, North Carolina, 28513, United States
- Zip Code: 28513
- Zip Code: 28513
- Record
- SN02794881-W 20120707/120705235237-5cc6b9d77fa9a89123ae470cd57981e5 (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 |