Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2017 FBO #5612
SOURCES SOUGHT

F -- RECYCLABLE COMMODITIES

Notice Date
4/3/2017
 
Notice Type
Sources Sought
 
NAICS
#423930 — Recyclable Material Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-17-Z-0011
 
Archive Date
4/29/2017
 
Point of Contact
Jesus Lugo, Phone: 9042321051, Lisa L. Snead, Phone: 9042323420
 
E-Mail Address
jesse.lugo@usace.army.mil, lisa.l.snead@usace.army.mil
(jesse.lugo@usace.army.mil, lisa.l.snead@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For COLLECTION AND SALE OF RECYCLABLE COMMODITIES, QUALIFIED RECYCLING PROGRAM, FORT IRWIN, CA THIS IS A REQUEST FOR INFORMATION ONLY. This Announcement is strictly for market research. This is not a Request for Proposal and will be used to identify interested firms' and their capabilities of potential qualifications relative to the North American Industry Classification Code (NAICS) Code 423930 - Recyclable Material Merchant Wholesalers. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. NOTE: IF YOU DO NOT INTEND TO SUBMIT AN OFFER ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. General. The Contractor shall provide all skilled personnel, equipment, supplies, tools, materials, supervision, and other items necessary to perform this prescribed project as defined in this scope of work to meet the performance requirements, except for those items specified as Government furnished property and services. Background. According to the Qualified Recycling Program (QRP) Handbook, 22 March 2010, a QRP is a special kind of recycling program established by an installation in accordance with specific statutory, regulatory, and Department of Defense (DoD) requirements to collect and sell directly qualified and authorized recyclable materials and retain the sales proceeds for use as prescribed in law and regulations. The recyclable commodities included in the contract are materials that can be recycled through a QRP. This includes paper, cardboard, various plastics, various glass, ESACC (Expended Small Arm Cartridge Casings 50 caliber and below) and various metal. The collection of recyclable commodities takes place at the installation RC Building 684 Sanitary Landfill Road and is conducted by an onsite support services contractor. Under this scope of work, the Contractor's primary responsibility is to buy all recyclable commodities quarterly at Southern California current market value, and pickup (self-transport) from the installation RC all recyclables commodities that have been collected during the quarter. The Fort Irwin QRP will receive all proceeds from the purchase of these recyclable commodities. Detailed work performance tasks for this purchase and pickup activity are described in below. Contractor will comply with all Federal, California, Army, and installation transportation, safety, and environmental regulations during the conduct of this contract. Collection and Transport. The Contractor shall quarterly pick-up the recyclable commodities at Building 684 at the scheduled date and time coordinated with and agreed upon by the contractor and installation Qualified Recycling Program (QRP) Manager. This coordination and agreement shall take place at least two weeks prior to pick-up occurring. The Contractor shall secure the load and transport the recyclable commodities to the Contractor's place of service or processing off the installation. The Contractor will be contacted quarterly by the QRP Manager/COR to be given information on the quantity and type of commodities presented for purchase and pickup and to make a scheduled arrangement for purchase/pick-up of the commodities at Building 684. The Contractor shall schedule a collection/pick-up within two (2) weeks after the quarterly request by the Government representative (QRP Manager). If the Contractor cannot collect the commodities within 2 weeks, the Contractor shall immediately contact the QRP Manager/COR with a reason and re-scheduled time. Note: The first quarterly sale under this agreement will be exceptionally large due to several issues that prevented sales from occurring during the last 18 months (see attached list). After this initial sale the volume will average 600 tons per quarter with occasional peaks during spring and fall cleanup events and valleys during max leave periods. The contractor shall provide to the KO and COR/QRP Manager the below listed information for sale and load of recyclable commodities picked up. a. Listing with total weight of each commodity and price to be paid per commodity one week prior to pickup along with a copy of the source used to determine current market value for pricing. b. Copy of the Bill of lading for each load within one week of pickup. c. Payment at the time of commodity pickup. Once loaded onto the Contractor's vehicle, the Contractor is responsible for securing the commodities during transportation, and proper handling. Any spills of commodities are the sole responsibility of the Contractor once loaded and transported in and off the installation. a. The Contractor shall be responsible for any labeling and/or placarding if required for transport in accordance with 49 CFR 172. b. In case of a spill of any kind, including from the vehicle used to transport on Government property, the Contractor or personnel transporting commodities shall immediately contact the Fort Irwin Fire Department 911, and DPW-ENV (760) 380-3743/3410/5044 and the COR. c. The Contractor shall be responsible, at no cost to the Government, for cleaning up and remediating all spills. Bill of Lading. The Contractor shall prepare the bill of ladings, and provide the QRP Manager/COR with a copy of the bill of lading upon commodity pick up. Proceeds. The Contractor shall submit to the Fort Irwin QRP a check for the sale proceeds of the commodities. All checks (i.e. cashier's check, money order, company check) shall be made payable to the U.S. Treasury-Fort Irwin Recycling Program. No cash or personal checks shall be accepted. Payment shall be hand delivered to the Directorate of Public Works (DPW), Environmental Division, ATTN: Mary J. Hastings, IMNT-PWE, Bldg. 602 Fifth Street, Fort Irwin, California 92310-5085. a. All proceeds from the sale of the commodities shall be due on the day of commodity pickup. b. If no payment is received on the day of commodity pickup, the Contractor shall not be allowed to pick-up commodities until payments are received. Qualifications. The Contractor shall furnish copies of licenses, certifications and training records for each of his/her employees working under this contract. The Contractor shall provide proof of business license and insurance. Deliverables. Spill Prevention & Control Procedures. The Contractor shall maintain spill prevention and control procedures which shall be submitted to the KO no later than 15 calendar days after contract award. At a minimum the procedures shall cover spill kits and reporting of spills. Bills of Lading and Weight Tickets. The Contractor shall provide copies of the bills of lading and weight tickets from a certified scale to the COR not later than (NLT) the 5th business day from the scheduled pick-up date. The contractor and the QRP Manager will decide by mutual agreement to accept scale weights using the scale located on the base located at building 684 or by use of a certified public scale located between the contractor's facility and the NTC and Ft. Irwin, Ca. (at contractor's expense). Weights are subject to verification by the QRP Manager or designated representative. When merchandise is loaded on a wooden pallet of unknown weight the average weight of pounds will be deducted from the gross weight of the recyclable merchandise for each pallet utilized to arrive at the net weight of the recyclable merchandise. Inspection Requirements. The Contractor shall provide quality services and/or products IAW this contract. When the Contractor's performance is unsatisfactory; a CDR shall be issued. If a CDR has to be issued, the Contractor shall reply in writing, giving the reason for the unsatisfactory condition, and what corrective action has been taken; and procedures to prevent recurrence. Contractors are expected to inspect the merchandise offered for sale and to satisfy themselves as to merchandise quality and all general and local conditions that may affect the offers proposed. In no event will the failure to inspect the recyclable merchandise constitute grounds for a claim after award of a contract resulting from this solicitation (request for proposals). a) Recyclable merchandise may be inspected on an appointment basis at building 684 Recycle Center, NTC and Ft. Irwin, CA. Appointments may be made by contacting: Mary J. Hastings, QRP Manager at (760) 380-3743. NOTE: No inspections will be scheduled on Saturdays, Sundays, or on federal holidays. b) Inspection and acceptance of the recyclable merchandise to be furnished under this contract shall be made at the Recycle Center, building 684, NTC and Ft. Irwin, California by the successful offeror (contractor), unless otherwise agreed to in writing by both contracting parties. Title to the property sold there under will be vested in the purchaser (contractor) as and when removal is affected. No right, title, or interest in or to any of the property offered for sale there under shall be vested in the purchaser prior to its removal from the Recycle Center, Building 684, NTC and Ft. Irwin, Ca.92310. It is requested that interested/potential offerors that consider themselves qualified to perform the proposed requirement submit a Statement of Capability (SOC). The SOC should be a brief description of your company's capabilities. SOC is limited to 10 pages and should include the following: a) Organization name, address, e-mail address, website address, telephone number and Commercial and Government Entity (CAGE) code. b) Brief description of relevant work you have performed to include location(s), name of the project(s), the magnitude of construction, and the period of performance(s) (PoP). The NAICS Code for this requirement is 423930 - Recyclable Material Merchant Wholesalers. Interested/potential offerors should submit their SOC no later than 14April 2017 by 12:00 pm. Responses should be submitted via email to Mr. Jesse Lugo at jesus.lugo@usace.army.mil as EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Anticipated solicitation issuance date is on or around April 2017. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov on or around April 2017. You must be registered in the System for Award Management (SAMS) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance. Contracting Office Address: US Army Engineer District, Jacksonville, 701 San Marco Blvd., Jacksonville, Florida 32207 Place of Performance: Fort Irwin CA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-17-Z-0011/listing.html)
 
Place of Performance
Address: Fort Irwin CA, Fort Irwin, Florida, 92310, United States
Zip Code: 92310
 
Record
SN04457137-W 20170405/170403234550-3cd73f94ba0642ceb102cdd6de918ec9 (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.