SOLICITATION NOTICE
S -- Gateway Arch NP - Trash and Recycling Collection
- Notice Date
- 6/14/2024 12:44:13 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- MWR MISSOURI MABO(62000) Omaha NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6224Q0027
- Response Due
- 7/8/2024 3:00:00 PM
- Archive Date
- 07/17/2024
- Point of Contact
- Frank, Matthew, Phone: 5017629927
- E-Mail Address
-
Matthew_Frank@nps.gov
(Matthew_Frank@nps.gov)
- Description
- (1) Not Applicable (2) 14 June (3) 2024 (4) Contracting Office Zip: 20240 (5) Product Service Code: S205 - Trash Collection (6) National Park Service Contracting Operations Central, Missouri Major Acquisition Buying Office (7) Request for Quotes for Trash Collection (8) 140P6224Q0027 (9) Closing Reponse Date: 8 July 2024 (10) Contracting Officer: matthew_frank@nps.gov (11-15) Not Applicable (16) Description: (i) This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All clauses may be viewed in the entirety at www.acquisition.gov (ii) The solicitation number 140P6224Q0027 and is issued as a request for quote (RFQ). (iii) The solicitation incorporates provisions and clauses in effect through the current Federal Acquisition Circular: 2023-02 (iv) This requirement is unrestricted / no set-aside. (v) Line Items: All Contract Line Items (CLINS) are By Dollars (UNIT: AU) CLIN 0010 - Trash Pickup - 1, 8CY Dumpster per attached schedule CLIN 0020 - Recycling Pickup - 1, 8CY dumpster per attached schedule CLIN 0110 - OPTION YEAR 1 - Trash Pickup - 1, 8CY Dumpster per attached schedule CLIN 0120 - OPTION YEAR 1 - Recycling Pickup - 1, 8CY dumpster per attached schedule CLIN 0210 - OPTION YEAR 2 - Trash Pickup - 1, 8CY Dumpster per attached schedule CLIN 0220 - OPTION YEAR 2 - Recycling Pickup - 1, 8CY dumpster per attached schedule CLIN 0310 - OPTION YEAR 3 - Trash Pickup - 1, 8CY Dumpster per attached schedule CLIN 0320 - OPTION YEAR 3 - Recycling Pickup - 1, 8CY dumpster per attached schedule CLIN 0410 - OPTION YEAR 4 - Trash Pickup - 1, 8CY Dumpster per attached schedule CLIN 0420 - OPTION YEAR 4 - Recycling Pickup - 1, 8CY dumpster per attached schedule Each CLIN quoted for total cost per year. (vi) The National Park Service�s Gateway Arch National Park is seeking quotes trash and recycling dumpsters with multiple pickups per week (see attached schedule). The contract resulting from this solicitation will be Firm, Fixed Price Gateway Arch National Park is located in St Louis MO, 63102 The park annually provides services for over a million visitors to the buildings daily, except Thanksgiving, Christmas, and New Year�s Day, and an additional 170,895 visitors who only visit the park grounds. The park maintains a campus of four buildings with a total of 267,342 sf with trash and recycling containers throughout and 90 acres of land serviced by 50 trash and 50 recycling containers. (vii) The first year of the contract is estimated to begin on 18 July 2024 for a duration of one year with four option years. (viii) FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Services applies to this acquisition. All interested parties shall be registered and active in the System for Award Management or SAM at time an offer or quotation is submitted. The offerors shall submit a quote to the contracting officer by email to: matthew_frank@nps.gov Quote shall be provided on company letter head with pricing broke out per year, per line item, and an acknowledgement that you do not provide the covered telecommunications equipment (see clause below, 52.204-26) (ix) FAR provision 52. 212-2 Evaluation - Commercial Products and Services applies to this acquisition. The Government will award a firm, fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other technical factors considered. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) Offers shall include a completed copy of paragraph (b) from within FAR provision 52.212-3 - Offer Representations and Certifications - Commercial Products and Services with its offer. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. No addenda are attached. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024), applies to this acquisition. The following clauses within 52.212-5 apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793). 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513). 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). Checked for Service contracts Wage Determination No. 2015-5075, Rev. 26, 30 April 2024 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 31362 Truck Driver, Medium Wage: $29.13/hr Fringe: $10.56/hr 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). (xiii) The following provisions and clauses are incorporated by reference IAW FAR 52.252-1 into this request for quote: Provisions 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Mar 2023) Clauses 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) 52.223-5 Pollution Prevention and Right-to-Know Information (May 2024) 52.232-18 Availability of Funds (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991) The following provisions and clauses are included in full text as prescribed: 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) (a) Definitions. As used in this provision, �covered telecommunications equipment or services� and �reasonable inquiry� have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (c) Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) Invoicing Processing Platform (IPP) - Treasury Electronic Invoicing System (May 2016) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Products and Commercial Services included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. Copy of vendor invoice document in PDF format, which shows pricing breakdown for all items being invoiced for and must include the contract number, date(s) of service (if applicable), date of invoice, and the vendor�s standard invoice letterhead. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) (xiv) N/A (xv) All quotes shall be received, via email to matthew_frank@nps.gov, no later than 17:00 Central, on 8 July 2024. (xvi) All communication regarding this solicitation, including questions, requests for additional information, and status requests, shall be emailed to matthew_frank@nps.gov. Questions will NOT be answered via phone or text message. Attachments: Wage Determination Schedule (17) Saint Louis, MO (18) No Set-Aside
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28418f58128040eeb76f917e5a56462c/view)
- Place of Performance
- Address: 11 North 4th St, Saint Louis, MO, USA
- Country: USA
- Country: USA
- Record
- SN07098035-F 20240616/240614230123 (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 |