|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1996 PSA#1708Commanding Office, United States Coast Guard, Support Center, Building
Number 981, Elizabeth City, North Carolina 27909-5006 S -- REFUSE COLLECTION SOL DTCG8496Q0001 DUE 110796 POC Contact Point,
CWO3 D. R. Lane, Contracting Officer,919/335-6404, Fax 919/335-6450
This is a combined synopsis/request for quotation for commercial
services. This announcement constitutes the final request for
quotation; proposals are being requested and a written request for
quotation/solicitation will not be issued. All responsible sources may
submit an offer which will be considered. Facsimile submission are
requested but not required. This is set aside for small business for
the following: The contractor is to perform refuse collection service
by mechanically-operated refuse collection trucks designed to hoist and
replace front load containers. The containers are Coast Guard owned
dumpsters located at various sites within the Coast Guard Support
Center, Elizabeth City, North Carolina. Location of dumpsters will be
provided upon requestby calling the contact number identified above.
The exact location of the dumpsters shall be subject to change of
location at any time during the contract period with seven days written
notice. If at any time the quantity of dumpsters is found to be
insufficient or excessive we will upon seven days writtennotice, add or
delete dumpsters at the agreed upon price per dumpster. ? The Coast
Guard may at any time during the contract period add or replace
dumpster of various sizes; we currently have the following in use;
seventeen each, eight cubic yard capacity and seven each, four cubic
year capacity. Contractor's offer is to be submitted based on a ''per
dumpster'' price for the two dumpster sizes stated. General
Requirements are to include A. Performance; Carelessness, hasty
performance evidenced by dirty refuse containers, scattered refuse, and
containers improperly placed will constitute unsatisfactory
workmanship. Damage to roads, grounds, building, and other government
property resulting from contractor's employees' performance shall be
promptly repaired by the contractor at no cost to the government.
Failure to promptly repair aforesaid damage will result in Government
repairs of damage with cost charged to the Contractor. B. Clean
Containers; The Contractor will ensure that containers are empty of
refuse prior to replacing in the service area. If the breeding of
insects in the containers becomes a problem, the Contractor shall spray
the containers with an insecticide periodically at the direction of the
contracting officer or his designated representative. Insecticide will
be provided by the Contractor. C. Schedule of Service; The frequency
of collection shall be twice a week, every Monday and Thursday between
the hours of 8:00 am. And 4:00 PM. Closing date and time for receipt
of offers is 7November 1996 3:00pm, Eastern Standard Time. Facsimile
Offers are acceptable any may be forwarded via Fax Number
(919)335-6450. FAR provision, 52.212-2 does not apply in that award
will be made to the offeror who submits the lowest price. Offerors are
instructed to include a completed copy of FAR provision 52.212-3
''Offeror Representations and Certifications -- Commercial Items: with
their bid. If a copy of this certification is needed, it may be
requested by calling the contact number identified above. The following
FAR provisions and clauses apply to this request for quotation and are
incorporated by reference. FAR 52.212-1 Instructions To Offerors --
Commercial Items (Oct 1995) FAR 52.212-2 Evaluation -- Commercial Items
(Oct 1995) FAR 52.212-3 Offeror Representations and Certifications --
Commercial Items (Jun 1996) FAR 52.212-4, Contract Terms and Conditions
-- Commercial Items (Oct 1995) FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commerical Items. (Aug 1996) FAR 52.222-26, Equal Opportunity
(Apr 1984) FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (Apr 1984) FAR 52.222-36, Affirmative Action for
Handicapped Workers (Apr 1984) FAR 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988)
FAR 52.225-3, Buy-American Act--Supplies (Jan 1994)? Insurance:
contractor is required to show proof of adequate insurance prior to
commencement of work. Adequate insurance for this purpose is defined
as: A. Workers' Compensation and Employer's Liability with employer's
liability coverage of at least $100,000. B. General Liability with
bodily injury liability coverage written on the comprehensive form of
policy, with coverage of at least $500.000 per occurrence. C.
Automobile Liability insurance written on the comprehensive form of
policy, providing for at least $200,000 per person and $500,000 per
occurrence bodily injury and $20,000 per occurrence for property
damage. For Minority, Women-Owned and disadvantaged Business
Enterprises: The Department of Transportation (DOT), Office of Small
and Disadvantaged Business Utilization (OSDBU), has a program to assist
minority, women-owned and disadvantage business enterprises to acquire
short-term working capital assistance for transportation-related
contracts. Loans are available under the DOT Short Term Lending Program
(STLP) at prime interest rates to provide accounts receivable
financing. The maximum line of credit is $500,000. For further
information and applicable forms concerning the STLP please call the
OSDBU at (800) 532-1169. (0297) Loren Data Corp. http://www.ld.com (SYN# 0056 19961024\S-0001.SOL)
S - Utilities and Housekeeping Services Index Page
|
|