Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1999 PSA#2309

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

P -- NAVY RECYCLING SERVICES SOL N00244-99-R-0177 DUE 040999 POC David Chesnut (619) 532-3955 WEB: Click here for information on FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contract Specialist via, david_j_chesnut@sd.fisc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Proposal in accordance with FAR Part 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This solicitation is a 100% small business set-aside. The Standard Industrial Classification is 5093. The small business size standard is 500 employees. Contract Line Item Numbers, Descriptions, and Estimated Quantities are: 0001 -- Aluminum, 24000 est. pounds; 0002 -- Brass, 1600 est. pounds; 0003 -- Copper, 2940 est. pounds; 0004 -- Mixed Metals, 168000 est. pounds; 0005 -- Stainless Steel, 2880 est. pounds; 0006—Heavy and Light Steel, 300000 est. pounds; and 0007 -- Titanium, 1500 est. pounds. The scope of this effort requires the Contractor to provide non-personal recycling services for Naval Aviation Depot (NADEP) North Island's Recycling Program. The Contractor shall comply with all executive orders; federal, state and local statutes and regulations (including OSHA/CAL-OSHA); and the specific instructions contained in OPNAVINST 5090.1B, Environmental and Natural Resources Program Manual. The Contractor shall provide comprehensive recycling services for all scrap metals located within the NADEP Recycling Yard, as follows: (1) provide roll-off type recycling bins individually labeled for Aluminum, Brass, Copper, Mixed Metals, Stainless Steel, Heavy and Light Steel, and Titanium; (2) weigh-in the collection vehicle at the NADEP Defense Reutilization and Marketing Office (DRMO) scale to establish and document vehicle tare weight before collection of recyclable materials; (3) proceed to collect the recyclable materials at the NADEP Recycling Yard; (4) weigh-out the collection vehicle at the NADEP DRMO scale to establish and document vehicle loaded weight after collection of recyclable materials; (5) provide a copy of both weight tickets (tare and loaded) to NADEP Recycling Yard personnel for billing calculation; (6) provide immediate payment to NADEP Recycling Yard personnel as set forth in the contract document resulting from this solicitation; (7) provide monthly accounting reports identifying individual recyclable materials received by weight and payment amount; and (8) provide monthly Certificates of Destruction attesting that all recyclable materials received have been properly destroyed or mutilated. Contractor personnel may be exposed to oily or greasy surfaces, heavy equipment operations, high temperatures, noise, dust, and fumes. Contractor personnel shall be able to perform highly physical efforts for sustained periods of time. Contractor personnel shall perform required services in a safe and conscientiousmanner to prevent injury or damage. Period of performance is 01 May 1999 through 30 April 2000. Place of delivery and acceptance is FOB NADEP Recycling Yard. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this solicitation, with the following addendum: OFFERORS SHALL CLEARLY DEMONSTRATE TO WHAT EXTENT OFFERED UNIT PRICES REFLECT A REVENUE TO THE GOVERNMENT. The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. For purposes of paragraph (a) of FAR 52.212-2, the Government will evaluate proposals based on price alone. The Government intends to award a single contract to the successful offeror whose proposal represents the greatest potential revenue to the Government. In calculating the greatest potential revenue, the Government will use the estimated quantities identified above. Offerors shall submit with their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this action, without addenda. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this action. The Contractor shall make revenue payments immediately following weigh-out and presentation of weight tickets to NADEP Recycling Yard personnel, consistent with customary commercial practices. Industry is requested to submit fixed unit price offers to the attention of the Bid Officer, Fleet and Industrial Supply Center, 937 North Harbor Drive # 212, San Diego, CA 92132-0212 no later than 1500 PDT, 09 April 1999. Alternate proposals are authorized. Except for the provision at FAR 52.212-3, no particular proposal format is required. For copies of FAR clauses and provisions, visit www.arnet.gov/far/. CBD Note # 1 applies. Posted 03/22/99 (W-SN311079). (0081)

Loren Data Corp. http://www.ld.com (SYN# 0066 19990324\P-0001.SOL)


P - Salvage Services Index Page