Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOLICITATION NOTICE

S -- Solid Waste Removal - GRE

Notice Date
12/1/2016
 
Notice Type
Presolicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Bureau of Prisons, Field Acquisition Office (FAO), U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, Texas, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQP0407170001
 
Archive Date
11/22/2017
 
Point of Contact
LaShundra D. Thomas, Phone: 9723524529, Paul D. Baker, Phone: (972) 352-4559
 
E-Mail Address
ldthomas@bop.gov, pbaker@bop.gov
(ldthomas@bop.gov, pbaker@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX, intends to issue solicitation RFQP0407170001 for the provision of Solid Waste Removal Services located at Federal Correctional Institution (FCI), Greenville, 100 U.S. HWY 40 & 4th Street, Greenville, IL 56093. The Contractor is solely responsible for full compliance with all Federal State, Local, and Bureau of Prisons laws, policies, rules and regulations. The contract type is an indefinite delivery/requirements contract with firm-fixed unit price. The award will be made to the responsible vendor or individual who submits the most advantageous quote to the Government based on price related factors only. The contract periods for the service will consist of a base year and four option years. The Contractor shall furnish, install and maintain all equipment. More details will be available in the forthcoming solicitation. The Contractor is solely responsible for full compliance with all Federal State, Local, and Bureau of Prisons laws, policies, rules and regulations. This includes complying with the rules and regulations of the Environmental Protection Agency as well. The Contractor will be required to pick-up solid waste removal of containers when contacted by the Facility Manager, General Foreman or designee on an as-needed basis. The contract type is an indefinite delivery/requirements contract with firm-fixed unit price. The award will be made to the responsible vendor or individual who submits the lowest quote to the Government based on price related factors only. The contract periods for the service will consist of a base year and four option years. These services include: 1) FPC - One (1) 38 cubic yard (Government-owned) sealed, self-contained compactor with a minimum pick up of twice a month. Pick up days/times will be on the second and fourth Tuesday of each month between 7: 00 A.M. - 8:00 A.M. If the scheduled pickup falls on a Federal holiday, the pickup shall be accomplished the day after the holiday. 2) FCI - One (1) 38 cubic yard (Government-owned) sealed, self-contained compactor with a minimum pick up of twice a week. The contractor shall report to the FCI between 2:30 P.M. and 3:00 P.M. on Mondays and Thursdays of each week to move the trash compactor from the Food Service rear dock to the inside of the sallyport located at the rear gate. The contractor will pick up the trash compactor between 6:00 A.M. and 6:30 A.M. on Tuesdays and Fridays of each week and return the empty compactor to the Food Service rear dock no later than 7:00 A.M. of that same day. If the scheduled move or pickup falls on a Federal holiday, the institution will notify the contractor of the schedule change. 3) Bar Screen Building - The contractor shall provide one (1) 2 cubic yard dumpster with a minimum pick up of approximately once every 8 weeks. These pickups will be on a will call basis. The Government has the right to reduce the number of compactor pulls due to a recently established recycling program. The Government will be responsible for notifying the contractor of a reduced need, with a minimum of twenty-four (24) hour notice before the scheduled time frame. It shall be the contractor's responsibility to operate the hauling of the refuse and disposal of such in accordance with and abide by all local, county, state and federal regulations and restrictions. The Government shall have the right to inspect any disposal site where concerned refuse is disposed of without prior notification. More details forthcoming in the solicitation. The solicitation will be available before, on or about December 16, 2016 and will be distributed solely through the Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. Hard copies of the solicitation will not be available. The anticipated date for receipt of quotes is on or about January 16, 2017. All quotes should be submitted via email at ldthomas@bop.gov. Faith-Based and Community-Based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All contractors doing business with the Federal Government are advised that this future solicitation includes the clause FAR 52.212-5 (Apr 2005) for Commercial Items and System for Award Management (SAM). This clause requires all contractors doing business with the federal government after September 30, 2003, to be registered in the SAM database at www.sam.gov. Contractors should include their Data Universal Number System (DUNS) number in their offers. The Contracting Officer will verify registration in the System for Award Management (SAM) database prior to award by entering the potential awardees DUNS number into the SAM database. The acquisition is a total small business set-aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/70032/RFQP0407170001/listing.html)
 
Place of Performance
Address: Federal Correctional Institution (FCI), 100 U.S. Hwy 40 & 4th Street, Greenville, Illinois, 62246, United States
Zip Code: 62246
 
Record
SN04340250-W 20161203/161201234151-e9a28340b83a78a52304d15b036f61fe (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.