Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
SOLICITATION NOTICE

S -- Solid Waste Pick-up and Removal - Package #1

Notice Date
3/21/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road, 3rd Floor, Room 3104, Laguna Niguel, California, 92677, United States
 
ZIP Code
92677
 
Solicitation Number
192113FLSTRSH0026
 
Archive Date
4/16/2013
 
Point of Contact
Natasha Nguyen, Phone: 949-425-7030, Jun Surla, Phone: 949-360-3073
 
E-Mail Address
natasha.nguyen@dhs.gov, jun.surla@ice.dhs.gov
(natasha.nguyen@dhs.gov, jun.surla@ice.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule Statement of Work (SOW) This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Immigration and Customs Enforcement (ICE) is requesting a quotation for the solid waste pick-up and removal, six (6) days per week, Monday through Saturday, between 6:00 am -3:00 pm. The contractor shall furnish all labor, supervision, materials, equipment, and transportation to satisfactorily perform trash removal. The contractor shall provide weekly service at 300 North Los Angeles Room B-18, Los Angeles CA 90012. Contractors must be able to meet the following Government requirements herein. Monthly fee for Municipal Solid Waste including rental of one (1) 3 yard bin with pick-up and removal, six (6) days per week, Monday through Saturday, between 6:00 am -3:00 pm. Period of performance is to begin May 1, 2013 through April 30, 2018 for a base year and four additional extension one year option period. The Government intends to make one single award whose proposal conforming to the RFQ is the lowest price. Type of contract will be fixed price. The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1; 52.204-7 Central Contractor Registration (CCR) - System for Award Management (SAM); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed of Debarment; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-1 Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor (June 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; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); and 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration. Offerors will complete the information in 52.212-3 Offeror Representations and Certifications-Commercial Items and submit their representation and certifications via ORCA at http://orca.bpn.gov in response to this RFQ. The Offeror may obtain the full text of the clauses electronically at web site http://www.arnet.gov/far. Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66. The North American Industry Classification System Code (NAICS) is 562111: Size Standard is $12.5 millions of dollars. This requirement is Small Business set-aside procurement. A Purchase Order will be issued for services. Closing date or response date for this synopsis/quotation is April 1, 2013 at 12:00 noon, Pacific Time. Only e-mail or fax responses will be accepted. Responses can be faxed to (949)-360-3013, Attn: Natasha Nguyen, or E-mail to natasha.t.nguyen@ice.dhs.gov. All responsible sources must be CCR/SAM registered and may submit a quotation which will be considered by the agency. Oral communications are not acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ACL/192113FLSTRSH0026/listing.html)
 
Place of Performance
Address: DHS/ICE, 300 North Los Angeles Room B-18, Los Angeles, California, 90012, United States
Zip Code: 90012
 
Record
SN03017275-W 20130323/130321234204-e61457cc8d9d74a9f5e2fad07dd3d674 (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.