SOLICITATION NOTICE
S -- Solid Waste Disposal - SOW
- Notice Date
- 10/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
- ZIP Code
- 86515
- Solicitation Number
- PHC19011
- Archive Date
- 11/14/2018
- Point of Contact
- Edith Denny, Phone: 928-725-9801
- E-Mail Address
-
edith.denny@ihs.gov
(edith.denny@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW This is a combined synopsis/solicitation for commercial items in accordance with the format in the 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; proposal are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ for Services- Non-hazardous waste disposal and recycling cardboards. This request is in accordance with the solicitation provisions and clauses through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) is 562111 Solid Waste Collection. This is a total Native Indian Owned Set Aside. The Government anticipates an award of a Firm Fixed Price contract. The Government intends to evaluate proposals based on compliance with solicitation requirements, technical capabilities, prior performance and cost. The Government intends to award one contract as a result of this solicitation that is the most advantageous to the Government. An award will made based on the requirements and evaluation factors. GENERAL INSTRUCTIONS Documents are to be submitted to Edith Denny, Purchasing Agent in the Acquisitions Department via email to edith.denny@ihs.gov. Final proposals are due NO LATER THAN October 30, 2018 by 9 AM Mountain Standard Time. SOCIO-ECONOMIC CONSIDERATION: As provided in FAR 19, 19.201, General policy: (a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. Please state your socioeconomic status. DESCRIPTION of SERVICE Requirements: This is a Service contract for the provision of providing non-hazardous waste disposal to Pinon Health Center for a one year contract. Applicant MUST have verifiable qualifications, references, and licensures. This information will be verified. PERIOD OF PERFORMANCE: October 1, 2012 to September 30, 2019. WORK SCHEDULE: M-F 8:00am-4:30pm (hours will vary depending on scheduling) Please provide a schedule of pick-up/delivery dates. DUTIES: 1 Contractor to collect and properly dispose of solid waste on 40 Cubic Yard (cy) roll-off bin from Pinon Health Center facility, 2x month. 40cy. Roll-off bin exchange, twice (12) months Contractor to collect and properly dispose of the recycling. 8 CY exchange six (6) times through out the year. 6 Exchanges 2 NN Tax 24 Exchanges = NN Tax 6 Exchanges = 3 Additional Dump fee if over load. 4 Contractor is to collect and properly dispose of solid waste from all occupied government quarters for 12 months 5 NNTax @ ____ monthly x 12 months = The contractor shall provide the service in accordance with the Statement of Work (SOW) and Service Contract Act 2015-2361 Rev No: 3 Date:08/03/2017 Contractor will be evaluated based on the following evaluation factors and what is most advantageous to the government. 1. Past performance- References (3) required with contact information 2. Years' experience 3. Delivery of service 4. Capable of providing services provided under the Statement of Work, including tools, equipment to perform services. APPLICABLE PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition (the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov. The following Provisions and Clauses apply to this solicitation and are incorporated by full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text upon request the Contracting Officer will make their full text available. 52.202-1 Definitions (Jul 2004)) 52.204-3 Taxpayer identification (Oct 1998) 52.204-7 System of Award Management 52.212-4 Contract Terms and Conditions-Commercial Items 52.223-6 Drug-Free Workplace (May 2001) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-System of Award Management 52.237-3 Continuity of Services (Jan 1991) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. FAR 52.237-7 Indemnification and Medical Liability Insurance. Attachments: Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/PHC19011/listing.html)
- Place of Performance
- Address: Pinon Health Center, Pinon, Arizona, 86510, United States
- Zip Code: 86510
- Zip Code: 86510
- Record
- SN05131837-W 20181025/181023230439-f2b5617d74b56f098309d8de5aae593a (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 |