The RFP Database
New business relationships start here

GUIS CONTRACT FOR REFUSE COLLECTION


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

IGF::OT::IGF Solid Waste Collection - Gulf Islands National Seashore (Florida District)

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 government requirement is for a refuse contract at Gulf Islands National Seashore, Florida District, for the period of 04/01/2017 thru 12/31/2017.

Solicitation number P17PS00476 is issued as a REQUEST FOR QUOTATIONS (RFQ), and incorporates those provisions and clauses through Federal Acquisition Circular (FAC) 2005-94 and 95 in effect thru Jan 19, 2017, whereas the full text may be accessed by Internet address at http://www.acquisition.gov/far/. This acquisition is set-aside 100% Total Small Business. The applicable North American Industry Classification System (NAICS) code is 562111 and the corresponding small business size standard is $38M.

The required services include, but not limited to, tasks as follows.
CLIN 00010 Solid Waste Collection for a period of nine (9) months, beginning April 1st and ending December 31st, 2017. The contract hauler shall supply containers (6 cy and 8 cy dumpsters) in stated quantities, and service one or two times per week as specified. Service will be between the hours of 6:30 AM and 4:00 PM on a regularly scheduled basis called out in the contract documents. Refer to the Scope of Work for specified quantity and schedule at designated sites of PERDIDO KEY, NAVAL LIVE OAKS MAINTENANCE COMPOUND, SANTA ROSA (OPAL BEACH), AND FORT PICKENS AREA within Gulf Islands National Seashore in nearby Pensacola, Florida. Refer to Park Map for general location of designated sites. All refuse shall be properly dispose of at an approved EPA landfill, and all recyclables hauled to a state approved recycle center. A pre-bid site visit may be arranged by contacting Marty Nogues at 850-232-3636.

This acquisition will be conducted using simplified acquisition procedures under FAR Part 12 and Part 13. The agency anticipates a firm fixed price contract will be awarded to that Offeror whose quotation or offer will provide best value to the Government, considering price and other non-price factors. The agency will comply with the evaluation procedures in FAR 13.106, whereby formal evaluation plans and establishing a competitive range, conducting discussions, and or scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers, considering a combination of price and other factors (Technical/Price/Past Performance). Past performance, if assessed, may be based on one or more of the following:
(A) The contracting officer's knowledge of and previous experience with the supply or service being acquired;
(B) Customer surveys, and past performance questionnaire replies;
(C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or
(D) Any other reasonable basis.

INSTRUCTIONS TO OFFERORSB?COMMERCIAL ITEMS are contained in provision at 52.212-1. Offerors are advised to include with its offer a completed copy of the provision at 52.212-3, Certifications--Commercial Items. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items and clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses may include, 52.217-8 - Option to Extend Services. (NOV 1999); 52.237-1 - Site Visit. (APR 1984); 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation. (APR 1984); and 52.246-4 - Inspection of Services - Fixed-Price. (AUG 1996). Also incorporated is DIAR clause DOI ELECTRONIC INVOICING - Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013). ELECTRONIC INVOICING VIA THIS IPP SYSTEM IS MANDATORY.

OFFER DUE DATE/TIME:03/13/2017 1100 ET. Electronic submission of quotations or offers are preferred and will be accepted via FedConnect response builder (registered users) or email: andre_ward@nps.gov. The name and telephone number of the individual to contact for information regarding the solicitation is Andre Ward | 850-934-2614.

Ward, Evans

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP