Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SOLICITATION NOTICE

S -- USCG Base New Orleans Recycling service

Notice Date
2/25/2020 11:41:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
BASE KODIAK(00045) KODIAK AK 99619 USA
 
ZIP Code
99619
 
Solicitation Number
70Z02920Q8ML00300
 
Response Due
3/6/2020 10:00:00 AM
 
Archive Date
03/21/2020
 
Point of Contact
Spencer Lang, Storkeeper, Phone: 850-244-7147 X439
 
E-Mail Address
Spencer.l.lang@uscg.mil
(Spencer.l.lang@uscg.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
1.01 INTENT: The intent of this project is to obtain required services for the recycling program located at US Coast Guard Base New Orleans, 1790 Saturn St, New Orleans, LA 70129 1.02 OBJECTIVE: The Government's objective is to meet the objectives of the Quality Recycling Program. 1.03 SCOPE OF WORK: Contractor shall furnish all labor, tools, materials, transportation, equipment, supervision, and personnel to perform recycling services at Base New Orleans. No additional services are authorized without permission from the contracting officer or their representative. 1.04 QUALIFICATIONS: Contractor shall provide personnel who have the knowledge, qualifications, and working experience to perform the functions outlined in the Statement of Work. 1.05 CONTINUITY OF FACILITIES OPERATION: Schedule work to minimize interference with the facilities normal operations. Notify the Facilities Engineer or representative 24 hours in advance of any shutdowns. Perform all on-site work between the hours of 8:00 AM and 4:00 PM, Monday through Friday (federal holidays excluded), unless otherwise approved by the Contracting Officer or Contracting officer's representative. 1.06 GOVERNMENT FURNISHED MATERIALS: N/A 1.07 PERFORMANCE REQUIREMENTS: The Contractor shall provide recycling services, to include cardboard, paper, aluminum cans, and plastic. 1.08 SITE VISIT: Bidding contractors are encouraged to make a site visit prior to providing a quote for services. Site visits should be performed between the hours of 0800-1500, M-F excluding federal holidays. All site visits should be scheduled with the Contracting Officer, Facilities Engineer and/or their representative. 1.09 PERFORMANCE STANDARDS. Proper adherence to all safety procedures is required prior, during and after work being performed. The contractor shall furnish all personnel with and require donning of required personal protective equipment (PPE). The contractor shall safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities, and avoid interruptions of Government operations in the performance of services. 1.10 DELIVERABLES. Quarterly the contractor shall provide a detailed report with recycled quantity numbers to U.S. Coast Guard Base New Orleans Environmental Protection Office. See below for contact information. Gilbert Bates Email: gilbert.c.bates@uscg.mil Phone: 504-253-4541 1.11 LIABILITY OF DAMAGES. The contractor shall be liable for all damages to Government equipment and property when such damage is due to fault or negligence of the contractor. The contractor shall be responsible for all damages or injury to persons that occur as a result of the contractor's fault or negligence. The contractor shall take proper safety and health precautions to protect the work the workers, the public, and the property of others. � The applicable North American Industry Classification System (NAICS) Code is 562111, Solid Waste Collection, and the small business size standard is $38.5 M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service Disabled Veteran Owned and Veteran Owned Small Businesses must be registered and verified in the Department of Veterans Affairs Vendor Information Pages (VIP) (See Internet Site https://www.vip.vetbiz.gov/). Brief Description of Services Contractor shall furnish the necessary supervision, personnel, material, equipment and services to provide collection, removal and disposal services for solid waste (non-hazardous materials), and recyclable materials in accordance with (IAW) terms, conditions and specifications contained herein and in compliance with all Federal, State, County and City laws, rules and regulations governing collection and disposal of waste and recyclable materials Qualification of Offers: Offers will be considered only from firms who are regularly established in the business called for and who in the judgment of the Contracting officer are financially responsible and able to show evidence of their reliability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service in the volume required under the contract. Disposal and Sanitation Requirement: Contractor shall assume full responsibility for compliance with all Federal, State, County and City laws, rules and regulations governing collection and disposal of waste and recyclable materials. Disposal shall be performed in such a manner as not to create conditions detrimental to public health or to constitute a public nuisance. The Contractor shall provide sufficient number of storage containers (i.e. dumpsters) and other equipment (i.e. pallets) for Government use in storing Recyclable Materials. Containers shall be delivered to and placed in the areas designated or directed by the CO or COR. �The Contractor shall maintain the furnished containers in a clean and sanitary condition at all times. Contractor-owned metal containers shall be steam-cleaned upon request. The area immediately surrounding the containers shall be maintained in a clean, orderly and sanitary condition. As part of each waste removal, the Contractor will remove all paper/debris from the ground in the immediate area of the container(s) that may have collected after the previous pickup."" Particular attention shall be paid to the prompt clean-up of oil and/or grease spills, either generated from the vehicle(s) used to haul containers or because of container leakage. The containers shall be kept in good repair; mental containers shall be painted when warranted (i.e. appearance of rust spots, stains, excessive chipping areas, etc.). Lids are to be maintained in operating conditions at all times. ----------------------------------------------------------------------------------------------- Types of Waste: Types of waste most common that may be disposed of under the terms of this contract. The Government reserves the right to identify other types of waste to be disposed of under the terms of the contract: � General � Wet Garbage � Construction debris, including stone, brick, plaster, wood, metal, broken furniture, etc. � Scrap metal, plastic, wood, etc. � Scrap furnishings and equipment � Mattresses and bedding � Grounds care debris, including grass clippings, branches, leaves, etc. � Glass and glassware � Dry sludge � Regulated medical waste �Types of Waste NOT covered: The following listing specifies the most common types of waste not covered under contract. The Government reserves the right to identify other types of waste not covered by the terms of the contract. � Radioactive waste � Hazardous waste, including hazardous chemical waste � Sewage and other materials, which may be legally discharged to a sewer ------------------------------------------------------------------------------------------------ ����������������������������������������������� �Capability Statement The Government requests that interested parties which are authorized to provide waste disposal services for any of the identified city locations indicated above, provide the following capability information to�SK2 SPENCER LANG�by email at:�SPENCER.L.LANG@USCG.MIL by 12PM PST SEPTEMBER 25, 2019: (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e) DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar in scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. (j) Copies of licenses or permits authorizing disposal waste services for the city location(s) identified above. Documentation must show compliance with all Federal, State, County and City laws, rules and regulations governing collection and disposal of waste and recyclable materials. (k) Provide evidence the waste containers to be used are fire retardant and have an operating lid. (l) Provide copies of licenses and permits for vehicles, operators and labor to remove bulk/container refuse IAW and compliance with Federal, State, Municipal and local regulations. (m) Provide copies of licenses/permits certifying the facilities to be used for the disposal of waste are operated in compliance with Federal, State and local regulations governing the disposal of waste and operation of disposal facilities. Contractor shall certify that incinerators, landfills, etc., used for the disposal of waste are operated as required by law, for the disposal of the type, or types, of waste being disposed and for the packaging employed. (n) Identify disposal facilities and all facilities to be used by the Contractor, to store, transport, and transfer and dispose of waste, by providing the name and location of the facility. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. � **Failure to provide the information requested above (items (a) - (n)) will be considered non-responsive and will not be considered a viable source.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/239775c0adcf4bcd884bcb9e1f7a526c/view)
 
Place of Performance
Address: U.S. Coast Guard Base New Orleans1790 Saturn StNew Orleans, LA 70129, NEW ORLEANS, LA 70129, USA
Zip Code: 70129
Country: USA
 
Record
SN05571809-F 20200227/200225230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.