SOLICITATION NOTICE
W -- Dumpster and Bio-Hazard Removal Service-Solicitation - Synopsis
- Notice Date
- 5/17/2016
- Notice Type
- Presolicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE70-16-R-0003
- Archive Date
- 6/1/2016
- Point of Contact
- Isaac L. Chapple, Phone: 202-212-3924
- E-Mail Address
-
Isaac.chapple@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- Statement of Work Synopsis This is a synopsis for commercial items prepared in accordance with FAR Subpart 5.207. HSFE70-14-R-0029 is a request for proposal (RFP) to provide Dumpster Service and Bio-Medical Waste Removal Service. This requirement will be Full and Open with a Partial Small Business Set Aside. The NAICS codes for this requirement are as follows: (1) Dumpster Service: 562111 Garbage Hauling, Local/ Garbage pick-up services (2) Bio-Hazard Removal Service: 562112 Hazardous Waste Collection Services. It is anticipated that multiple Indefinite Delivery Indefinite Quantity (IDIQ) awards will result from this solicitation for each region. FEMA intends to award a Firm Fixed Price Service Contract with a base period of performance of one year with four twelve Month option periods. The scope of work provides the Federal Emergency Management Agency (FEMA) with Dumpster and Bio-Hazard Removal Service to designated shelters, kitchens, warehouse facilities and to any location throughout the Continental United States (CONUS). The leased equipment and ancillary services shall sustain and support a 100 person shelter for a minimum of seven (7) days. A description of the equipment necessary to meet this requirement has been provided below in chart 5.0 LE Contents. 5.0 LE Contents Leased Equipment and Ancillary Services (LE) Description Quantity Min/Max LE-008 Dumpsters 40 Yard with Daily Service 1-2 per shelter/kitchen site Min: 1 - Max: 100 LE-017 Bio-Hazard Collection Service 10-Gallon Regulated Medical Waste System 1 per shelter with service Min: 1 - Max: 50 Dumpsters The contractor shall provide all management, tools, equipment, and labor necessary to deliver a minimum of one (1) and up to a maximum of one hundred (100) each 40-Yard trash dumpsters with twice a week trash removal service for a designated shelter or kitchen facility. Bio-Hazard Collection Service The contractor shall provide all management, tools, equipment, materials and labor necessary to collect, transport and dispose of a minimum of one (1) and up to a maximum capacity of fifty (50) 10-Gallon (or 100 five gallon tanks) regulated medical waste tanks at designated disaster shelter facilities anywhere in CONUS within 48 hours. Contractors are welcome to bid on Dumpsters ONLY, Bio-Hazard Collection Services ONLY or BOTH Dumpsters and Bio-Hazard Collection Services. In addition, contractors can provide their pricing based on each region or on the National level. BASIS FOR AWARD: The Government will make awards to the responsible/responsive offerors whose offer will be most advantageous to the Government based on Best Value. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the SAM website, http://sam.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions required to implement Statutes or Executive Orders--Commercial Items. FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.acquisition.gov/far. Inquiries can be e-mailed to Mr. Isaac L. Chapple at Isaac.Chapple@fema.dhs.gov no later than June 1, 2016 by 10:00 am EST. The solicitation and any amendments to the solicitation will be posted on the FedBizOpps web-page. The internet address for downloading the solicitation is http://fedbizopps.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-16-R-0003/listing.html)
- Place of Performance
- Address: Multiple Regions, United States
- Record
- SN04119968-W 20160519/160517235236-ebd1fdc6f310028cb3a42469d4b36864 (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 |