|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1998 PSA#2014Directorate of Contracting, AFRC-FM-DC, 2103 South 8TH Avenue, Fort
McCoy, WI 54656-5153 S -- REFUSE COLLECTION, SHERIDAN USARC, BLDG 475 BLACKHAWK DRIVE, FT.
SHERIDAN, IL SOL DAKF61-98-0051 DUE 022398 POC Sharon K. Walters,
Contract Administrator, 608-388-2502, Sandra= J. Drecktrah, Contracting
Officer, 608-388-2703 E-MAIL: Refuse Collection & Disposal, Sheridan
USARC, Bldg 475 Blackhawk Drive, Ft Sheridan, IL,
WALTERSS@MCCOY-EMHL.ARMY.MIL. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will NOT be issued. The
solicitation number is DAKF61-98-Q-0051 which is issued as a Request
for Quotation (RFQ). All responsible sources may submit an offer on
their firm s proposal form or= letterhead which will be considered.
Contract Award will be made to the= offeror providing a quote which
represents the best overall value to the= Government (comprised of the
total for both years added together). Best= Value will be based on
price and quality (based on past performance, timeliness, technical
experience, features and approach.). DESCRIPTION= OF WORK: The
contractor will provide refuse containers that are rust-free, clean and
with covers capable of complete closure to perform refuse collection
and disposal services in compliance with all the proper sanitation
ordinances. Containers will be maintained to this standard throughout
life of contract. Refuse collection and disposal services will be
performed one time weekly on Wednesdays during the hours of 0730
through 1600 from 26 different locations on Fort Sheridan.= Container
sizes and quantities are as follows: 16 each eight cubic yarders; 5
each six cubic yarders (one location will have two ea); 4 each four
cubic yarders; and 2 each two cubic yarders. The contractor is
responsible for all licenses, permits and fees required in the
performance of the contract. Collections occurring on holidays shall
be= scheduled as follows: Monday the following Tuesday, Thursday the
following Friday and Friday the preceding day. Current building
locations of containers will be provided upon request by calling the
contact number identified above. Contractor s offer will be submitted
as a monthly total figure to cover all container costs, licenses, fees
and permits required for a base contract period of 1 April 1998
through 31 March 1999 AND one option year period of 1 April 1999
through 31 March 2000 (Base yr will be completed as: 12 Months @ $__
___.00/mo; Option yr as: 12 Months @ $__ ___.00/mo). OTHER REQUIRED
INFORMATION: Closing date and time for receipt of offers is 23 Feb 98
by Close of Business at 1630 hrs. This solicitation document and
incorporated provisions and clauses listed next are those in effect
through Federal Acquisition Circular 97-2. The= standard industrial
code (SIC) for this solicitation is 4953; the small business standard
is $6.0 million. This solicitation is issued in accordance with the
Small Business Competitiveness Demonstration Program; therefore, this
project is being issued on an unrestricted basis. Wage Determination
Number 94-2167 (most current revision) is applicable to this
procurement and will be made part of the contract award. A copy of this
Wage Determination will be made available upon written request. Offeror
s are instructed to include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items with their offer. Clauses far 52.212-1 and 52.212-4 are
incorporated by reference. Clauses 52.217-5, Evaluation of Options (Jul
90) ; 52.217-8, Option to Extend Services (Aug 89) ; and 52.217-9
Option to Extend Services (Aug 89) are hereby incorporated by
reference. Clause 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (Aug 96), is
hereby incorporated by reference.= The following paragraphs apply to
this solicitation and any resultant contract (a) 52.222-41, Service
Contract Act of 1965, as amended (41 U.S.C. 351, et seq.); (b)
52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C.
206 and 41 U.S.C. 351, et seq.). DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (Jul 97), no.
252.225-7036 North American Free Trade Agreement Implementation Act is
applicable to solicitation and resultant contract. FAR 52.204-6,
Contractor Identification Number -- Data Universal Numbering System
(DUNS) Number (Dec 96) is required to be completed by offeror and
submitted with completed offer. = = A purchase order is contemplated.
Payment will occur once each month, IN ARREARS, and will be based on
actual services rendered. Quotes must be submitted and received no
later than 1630 hrs (Central Standard Time)= on 23 Feb 98 to the Dir.
Of Contracting, ATTN: AFRC-FM-DC, 2103 South 8th Avenue, Fort McCoy, WI
54656-5153. Contact Sharon K. Walters at 608/388-2502 for information
regarding this solicitation. (0015) Loren Data Corp. http://www.ld.com (SYN# 0072 19980120\S-0005.SOL)
S - Utilities and Housekeeping Services Index Page
|
|