Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2013 FBO #4360
SOURCES SOUGHT

S -- Trash Removal, Recycling, and Composting Services

Notice Date
10/30/2013
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Specialized Building Services Team (5P2PQEB), General Services Administration, Public Buildings Service, 230 South Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
5P2PQEB-14-0001
 
Archive Date
11/11/2013
 
Point of Contact
Phyllis Pirtle,
 
E-Mail Address
phyllis.pirtle@gsa.gov
(phyllis.pirtle@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice - Trash Removal, Recycling, and Composting Services The General Services Administration is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to support this requirement for Trash Removal, Recycling, and Composting Services at the Hart-Dole-Inouye Federal Center (HDI FC) in Battle Creek, Michigan. This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The NAICS codes for this requirement include 562111, 526112, 562119, 562217 and 562998. Description The Contractor shall furnish all necessary labor, equipment and supervision to provide solid waste and recycling disposal and/or removal services as outlined herein. Spillage of trash from containers shall be picked up from the pavement. All solid waste/recyclables shall have been removed from the premises. There shall be no overflow around containers. The contractor shall be responsible for loading containers onto collection vehicles. (a) Trash Service: (1) Provide one 53 yard container. The container type must be capable of attaching to the government owned and maintained compactor. (2) Container shall accept at a minimum the following items: General Office Trash (3) Note: Newspaper, magazines, cardstock, corrugated cardboard, glass bottles, plastics and other recyclables, etc. will not be deposited in this container (4) Contractor is responsible for ensuring that the ram is in the forward position prior to pulling the container and for any clean-up resulting from spillage while servicing. (b) Mixed Office Paper Recycling Service (1) Provide one 53 yard container. The container type must be capable of attaching to the government owned and maintained compactor. (2) Container shall accept at a minimum the following Items: Mixed office paper of any color and weight (3) Note: Newspaper, magazines, cardstock, corrugated cardboard, etc. will not be deposited in this container (4) Contractor is responsible for ensuring that the ram is in the forward position prior to pulling the container and for any clean-up resulting from spillage while servicing. (5) Return to the Government a portion of the proceeds for sale of the paper based on the sale price at the end of the month in which the paper is picked up. Price to be determined by the Chicago Board of Trade price on the last day of each month in which the paper is picked up. Hauling and tipping fees will be deducted prior to returning the proceeds at a 50/50 split between the Government and the Contractor. (6) The Contractor is responsible for any clean-up resulting from spillage when servicing the container. (c) Medical Waste Service (1) Provide two 3.7 cubic foot red medical waste containers with lids and medical waste bags. The container placement will be located in the health unit. (2) Container shall be serviced every three months. (3) The Contractor shall provide the appropriate State and Federal regulatory documentation to GSA for all medical waste that is removed from the site for each service event. (4) The Contractor is responsible for any clean-up resulting from spillage when servicing the container. (d) Lawn Waste Recycling Service (1) Provide one 20 yard open top container. The container must be capable of fitting at the location of the dump area for lawn waste per the direction of the COR. (2) Container shall accept at a minimum the following Items: lawn clippings, small branches (normally not to exceed 3 inches in diameter), leaves, mulch, earth, other biodegradable lawn waste, etc. (3) Note: trash, paper, other litter, pavement, and other trash will not be deposited in this container. (4) The Contractor is responsible to compost all lawn waste and disposing of the residue. Yard waste may not under State Law be deposited in a landfill. If the Contractor is unable to compost during the winter months the contractor will store lawn waste until it can be composted. The Government will not accrue any additional charges for the storage. (5) The Contractor is responsible for any clean-up resulting from spillage when servicing the container. (e) Mixed Stream Recycling Service (1) Provider one 8 yard slant bin container. (2) Container shall accept at a minimum the following Items: glass jars and bottles, aluminum cans, foil, pie tins, tin and steel cans, cereal boxes, paper towel rolls, plastic bottles and containers #1-7, junk mail, magazines, catalogs, telephone books, paper bags, newspapers and inserts, etc. (3) The contractor will be responsible to sort and recycle the items placed in this container. Minor cross contamination of non-recyclable items should be tolerated. The Government will make every effort to ensure that cross contamination does not occur. The cross contamination should not exceed 10%. (4) The Contractor is responsible for any clean-up resulting from spillage when servicing the container. (f) Organic Recycling Service (1) Provider twelve 96 gallon rolling containers. Provide servicing of the containers once per week by exchanging the twelve full containers with twelve clean containers. (2) Provide a supply of 120 compostable bags each month. (3) Container shall accept at a minimum the following Items: food waste, multifold brown paper towels, brown roll towels, etc. (4) The Contractor is responsible for any clean-up resulting from spillage when servicing the container. (g) Corrugated Cardboard Recycling Service (1) Provide pick-up service for corrugated cardboard bales weighing approximately 500-600 pounds each. The Contractor must be capable to haul away 10-15 bales every two months when ordered. The Contractor is responsible for providing the equipment to load the bales onto the vehicle and the vehicle to haul the bales from the facility. (2) Return to the Government a portion of the proceeds for sale of the baled cardboard based on the sale price at the end of the month in which the cardboard is picked up. Hauling and tipping fees will be deducted prior to returning the proceeds at an 80/20 split between the Government and the Contractor (Government 80% and Contractor 20%). Proceeds of the sale are to be deducted from the amount the Government owes the Contractor for services under this contract on the next monthly billing. The Contractor is responsible for any clean-up resulting from spillage when loading the bales. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Capability Statement Information Companies are encouraged to respond if they have the capability and capacity to provide the services. However, be advised that generic capability statements are not sufficient for effective analysis of a respondent's capacity and capability to provide the required services. Responses shall directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform, while in compliance with Far 52.219-14 - Limitations on Subcontracting. Response Submission Responses to this RFI must be received no later than 2:00 pm (Central Time), Friday, November 8, 2013, and emailed to phyllis.pirtle@gsa.gov. The following information should be included: • Company name • Mailing address • DUNS number • Company Point of Contact • Email address • Telephone number • Fax number • Website • Small business status • Relevant, completed work which demonstrates capability • Method for completing contract • Certifications and security clearances • Any other pertinent information Point of Contact: Phyllis Pirtle Contracting Officer GSA, PBS, Great Lakes Region, AMD Energy and Specialized Team 750 Missouri Ave; Suite 120 East St. Louis, IL 62201 phyllis.pirtle@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/147c327044fae952500cd71159c8bdf9)
 
Place of Performance
Address: Hart-Dole-Inouye Federal Center (HDI FC), 50 Washington Avenue North, Battle Creek, Michigan, 49037-3001, United States
Zip Code: 49037-3001
 
Record
SN03224502-W 20131101/131030233908-147c327044fae952500cd71159c8bdf9 (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.