DOCUMENT
P -- 1/10/2018, sent Laura email. Req Info 12-1-2017 FORT BLISS NC Disposal of Garbage and Waste. POC James Porter 915-564-0201 ext 103. Subject to availability of 2018 funding. Disposal of Garbage and Waste @ Fort Bliss National Cemetery - Attachment
- Notice Date
- 3/6/2018
- Notice Type
- Attachment
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- National Cemetery Administration;Continental District;155 Van Gordon St.;Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- 36C78618Q0129
- Response Due
- 3/30/2018
- Archive Date
- 5/29/2018
- Point of Contact
- Geraldine Herrera
- E-Mail Address
-
ine.herrera@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 3 of 8 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0129 Posted Date: 03/06/2018 Original Response Date: 03/30/2018 Current Response Date: 03/30/2018 Product or Service Code: S205 Set Aside (SDVOSB/VOSB): Service Disabled Veteran Owned Small Business (SDVOSB) NAICS Code: 562219 Contracting Office Address National Cemetery Administration 155 Van Gordon St. Lakewood, CO 80228 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; 36C78618Q0165 that are being requested, and a written solicitation document will not be issued. This solicitation is a "request for quote "request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 (Eff 01/24/2018). The associated North American Industrial Classification System (NAICS) code for this procurement is 562219 with a small business size standard of $38.5M. The Fort Bliss National Cemetery is seeking to purchase Waste Services. All interested companies shall provide a quote for the following: Line Item Description Quantity Unit Price Total Price 0001 Trash Collection 12 Months 0002 Waste Containers (Dumpsters) See below Services The Purchase order period of performance will be: Item Base Year Opt Year 1 Opt Year 2 Opt Year 3 Opt Year 4 Waste Container - 20 yd. (21) $0.00 $0.00 $0.00 $0.00 $0.00 Waste Container - 6 yd. (12) $0.00 $0.00 $0.00 $0.00 $0.00 Fuel Recovery Fee (22) $0.00 $0.00 $0.00 $0.00 $0.00 Annual Total Proposal Amount $0.00 $0.00 $0.00 $0.00 $0.00 Base + Four Year Total $0.00 $0.00 $0.00 $0.00 $0.00 Waste Container - 20 yd. based on FY18 year end usage of 22 services @ $000.00 ea On Call Service Waste Container - 6 yd. based on FY18 year end usage of 104 services @ $000.00 ea Scheduled Service is twice a month/no matter what Average Fuel Recovery Fee for FY18 = $00.00 ea Average Franchise Local Fee for FY18 = $00.00 Delivery shall be on an as needed on call basis. Place of Performance: Address: Fort Bliss National Cemetery, 5200 Fred Wilson Road, P.O. Box 6342 Fort Bliss, TX 79906 Country: UNITED STATES Award shall be made to the quoter whose offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: LTPA (Lowest Price Technically Acceptable). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items January 2017. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Nov 2017. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items January 2017. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders January 2017. All "quoters, shall submit the following: All quotations shall be sent to the Purchasing Agent, Geraldine Herrera, 303-914-5703, Geraldine.herrera@va.gov This is an open-market combined synopsis/solicitation for Waste Services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following : Submission shall be received not later than March 30, 2018 at 2:00pm to Geraldine Herrera, 155 Van Gordon St., Lakewood, CO, 80228 for all Quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotes can be emailed to me on a SF1449 or on Company Letterhead. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent, Geraldine Herrera, 303-914-5703, Geraldine.herrera@va.gov. STATEMENT OF WORK The Contractor: Shall furnish all labor, material, equipment, and supervision necessary to empty 20-yard roll off refuse bin onsite, and deliver and haul off 6-yard refuse bins as necessary at Fort Bliss National Cemetery per applicable standards and requirements. Contractor will initially deliver serviceable 20-yard roll off container, and empty 6-yard container on a pre-fixed schedule. Contractor will deliver empty, serviceable, 20-yard containers, and haul away full 20-yard containers on an on-call basis. The Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): Provide initial delivery of serviceable 20-yard roll off refuse container and maintain serviceable container onsite. Should container become unsightly, un-clean, or unserviceable through the course of normal usage, a replacement 20-yard refuse container will be provided as soon as practical, but not more than 5 business days from notification by Contracting Office Representative (COR). Empty 6-yard container 2 times per week on a pre-fixed schedule which most greatly benefits Fort Bliss National Cemetery. The most beneficial days to have 6-yard bin emptied are Tuesday and Friday. Should a conflict arise which disallows emptying service on the prescribed schedule, the contractor is responsible for informing the COR no less than 24-hours in advance, and provide an alternate solution to emptying the 6-yard container. The total number of 6-yard refuse container empty cycles for the year will be equal to 104. The contractor will only invoice for work accomplished and any unused work cycles will not be paid for. Provide 22 annual delivery and haul-away services for 20-yard refuse containers. 20-yard containers will be emptied on an on-call, as-needed, basis. One cycle for invoice consists of initial delivery of 20-yard refuse container and pickup of full 20-yard container upon notification from COR, within 24-hours. Delivery of empty 20-yard container will coincide with pickup of full 20-yard container. Placement locations of 6-yard or 20-yard refuse containers will be at pre-determined sites on the maintenance side gate of the Fort Bliss National Cemetery maintenance yard and the back-maintenance yard, unless specifically otherwise directed by the COR. General Conditions: Haul away & dump debris and waste to an approved disposal site in accordance with Specification Section 01 74 19, Construction Waste Management. The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site not to be removed and do not unreasonably interfere with the work required under this contract. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer (CO) may have the necessary work performed and charge the cost to the Contractor. All utilities required for the continuous operation of all existing facilities shall be maintained in service at all times except when disruptions are needed. The Contractor shall inform the Cemetery Director and the CO in writing for such disruptions and obtain approval from the CO in writing at least 2 weeks prior to such need. When option exists, implement options to minimize interruption of services to the facilities. Contractor will utilize maintenance access entrance at all times unless otherwise directed by COR. Public access to the National Cemetery shall not be impaired. The Contractor shall assume sole responsibility for safety of all persons on or about the site, in accordance with applicable laws and codes. Guard all materials in accordance with the safety provisions according to OSHA and Associated General Contractors of America (AGC). Prior to commencing work, general contractor shall provide proof that an OSHA certified competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. Standards of Employee Conduct: The National Cemetery Administration honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. National Cemeteries are national shrines. The standards of work, appearance, and procedures performed by the contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the cemetery, contractor personnel must exercise and exhibit absolute decorum, composure, and stability at all times. Contractor personnel shall be required to adhere to the following standards of dress and conduct, as briefly mentioned here, while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C., Part I, Chapter 9, Section 5901. Clothing shall be presentable and suitable to the work while maintaining proper appearance and decorum indicative for a National Shrine. Uniform shirts and hats are preferred. Clothing shall be clean and cleanliness and personal hygiene are imperative. T-shirts and/or tank tops as outer garments are prohibited. Protective/safety clothing and shoes shall meet or exceed OSHA and state requirements. Behavior and language must be appropriate, reverent, and respectful at all times. Use of intoxicating beverages, any tobacco products, and illegal drugs on the Cemetery premises is strictly prohibited. The Contractor shall be responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor is expected to remove any employees from the Cemetery for cause, to include, but not limited to, safety violations, other misconduct in performance of duty under these specifications and/or conduct contrary to the best interests of the Government. If the Contractor fails to act in this regard, or the reason for a removal is immediately required to protect the interests of the Government, the COR may direct the removal of an employee from the premises. Contractor objections to any such action will be referred to the Contacting Officer (CO) for final resolution; however, the Contractor will first immediately comply with COR direction pending any CO final resolution at a later time or date. The Contractor will not be due any type of compensation for their costs incurred as a result of an employee being removed for cause; unless the removal is directed by the COR, and is later found invalid and/or unreasonable by the Contracting Officer. Time of Completion: The removal of refuse from Fort Bliss National Cemetery will coincide with the beginning and end of the contracted fiscal year. The contract should allow for a base year plus four option years. Code Compliance: All work shall be performed in accordance with the specifications. It shall be the Contractor's responsibility to comply with all the applicable local, state and federal laws and regulations. The Contractor shall apply and obtain all applicable permits to comply with local, State and Federal regulations and requirements. The Contractor shall remove and dispose of all waste materials and construction debris and comply with all applicable local, State and Federal regulations and requirements. All waste materials and debris specified shall be removed from the Cemetery grounds by the Contractor at its own expenses, including all applicable permits and fees. Experience Requirements: The Contractor shall provide a sufficient plan to provide the services outlined in paragraph B and provide references for past work performed. Contractor Quality Control: Communication between contractor and CO / COR should be open and timely to ensure that services rendered are meeting the prescribed standards Submittals After Award: Submit the following to the COR and engineer for review and approval: Proposed project schedule accounting for any special considerations Specifications Sections: 01 74 19 - Construction Waste Management; Plans/details: Site Map Fort Bliss National Cemetery END OF SCOPE OF WORK ATTACHMENT 1 Site Map
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0129/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0129 36C78618Q0129.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130338&FileName=36C78618Q0129-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130338&FileName=36C78618Q0129-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0129 36C78618Q0129.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130338&FileName=36C78618Q0129-000.docx)
- Place of Performance
- Address: National Cemetery Administration;Fort Bliss National Cemetery;5200 Fred Wilson Road
- Zip Code: 79906
- Zip Code: 79906
- Record
- SN04844219-W 20180308/180306231158-07a61a425370df45957a524b671f3e44 (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 |