The RFP Database
New business relationships start here

GUIS TRASH REMOVAL MS FY19


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

SOLID WASTE COLLECTION/REMOVAL CONTRACT FOR THE GULF ISLANDS NATIONAL SEASHORE IN OCEAN SPRINGS, MS

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 FAR 13.5 Simplified Procedures for Certain Commercial Items, 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.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 140P5219Q0006.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 dated August 22, 2018.
(iv) This procurement is being issued on an unrestricted basis for Full and Open Competition. Open to both large and small business alike. The North American Industry Classification System (NAICS) code is 562111 Solid Waste Collection, with a corresponding small business size standard of $38.5 Million. The government intends to award a single, firm fixed price (FFP) contract for the base period, and reserve the right to exercise one or more options, in accordance with the terms and conditions herein this solicitation.
(v) A list of line item number(s) and items, quantities, and units of measure [including option(s), if applicable].

00010 Base Period JAN-DEC 2019 $_________________________ Lump Sum

00020 Option Period One JAN-DEC 2020 $_________________________ Lump Sum

00030 Option Period Two JAN-DEC 2021 $_________________________ Lump Sum

00040 Option Period Three JAN-DEC 2022 $_________________________ Lump Sum

00050 Option Period Four JAN-DEC 2023 $_________________________ Lump Sum

Total Price for Base Period and All Options $_________________________ Grand Total

NOTE: Each time a closed container is emptied or "pulled", a collection and disposal rate based upon the volume of the container and frequency of pulls is charged. Offers price shall be inclusive of the following:
(1) equipment rental
(2) truck usage with driver / operator
(3) hauling or transfer fee
(4) dumping or tipping fee
(vi) Description of requirements for the items to be acquired. SERVICES, NON-PERSONAL contract to provide non-hazardous waste management services for the Davis Bayou Area in Ocean Springs, MS. The Government shall not exercise any supervision or control over the service providers providing the services described herein. Service Contract Labor Standards applies: Contractors performing on service contracts in excess of $2,500 to which no predecessor contractor's collective bargaining agreement applies shall pay their employees at least the wages and fringe benefits set forth in the Department of Labor wage determination herein incorporated by attachment and made part of this contract. Contractor shall provide all labor, equipment, supplies and materials necessary to provide Commercial Solid Waste (collection and disposal) Services, to include, but not limited to, the equipment for the storage of solid waste and its removal and dumping in a legal, environmentally responsible manner. The designated collection locations, container size, and number of pulls are listed below:

Davis Bayou Maintenance Area:
Provide one (1) eight (8) cubic yard container and service one time per week (Wednesday) for the period of 01/01/2019 through 12/31/2019. (52 pickups)

Davis Bayou Campground Area
Provide one (1) eight (8) cubic yard container and service one time per week (Wednesday) for the period of 01/01/2019 through 12/31/2019. (52 pickups)

Davis Bayou Picnic Area and Pavilions
Provide four (4) eight (8) cubic yard containers and service one time per week (Wednesday) for a period of 01/01/2019 through 12/31/2019. (52 pickups per container, 208 pickups total)

CONTAINERS MUST BE ANIMAL PROOF DUMPSTERS (flat top with sliding door).

VENDOR RESPONSIBILITIES:

1. Containers are to be sanitized at least once per week when serviced.

2. Contractor vehicles are to be equipped to prevent littering of the streets and or roads. Contractor shall be responsible for picking up material and trash spilled from the vehicle or at collection sites when spillage occurs as a result of contractor's negligent acts, fault or omissions.

3. All refuse shall be disposed of in an approved EPA landfill/site.

(vii) Date(s) and place(s) of delivery and acceptance and FOB point. Weekly frequency at designated FOB Destinations are required. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If reperformance will not correct the defects or deemed not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services.
(viii) The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Offerors shall submit signed and dated offers on SF-1449 or letterhead stationery to the contracting officer via FEDCONNECT response builder or email andre_ward@nps.gov at or before the exact time specified in this solicitation. The Offerors shall submit a price for each FFP Contract Line Item Number (CLIN) for base period and four option periods.
(ix) The provision at 52.212-2, Evaluation--Commercial Items applies. ADDENDUM: The Government seeks an effective and efficient service provider at fair and reasonable prices. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon price and past performance tradeoff. Award will be based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. Options. 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). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed (within the past 12 months) the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/ portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
(xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition and an addenda to the clause, paragraph (g) Invoice, requires Vendors to transmit Invoice electronically
through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP) in accordance with Agency DIAR clause titled Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013). The IPP website address is: https://www.ipp.gov. Vendor can upload a copy of its own Invoice itemized by date and location of services rendered to expedite processing of pay request. 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.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to include those additional FAR clauses cited herein are applicable to the acquisition.
_x_ (b) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
_x_ (b) (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).
_x_(b) (12)(i)52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
_x_ (b) (22) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)).
_x_ (b) (25) 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755).
_x_ (b) (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
_x_(b) (33)(i)52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
_x_ (b) (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989).
_x_ (b) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
_x_ (b) (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) (31 U.S.C. 3332).
_x_ (b) (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).
_x_ (c) (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
_x_ (c) (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
_x_ (c) (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
_x_ (c) (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
_x_ (c) (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xiii) Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices include the following:.
52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
52.217-8, Option to Extend Services (NOV 1999) [15 Days prior to contract expiration]
52.217-9, Option to Extend the Term of the Contract (MAR 2000) [15 Days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days]. A specified limitation on the total duration of the contract, if all options were exercised, is five-years and six months.
52.232-18, Availability of Funds (APR 1984)
52.237-1 Site Visit (APR 1984)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are inapplicable to this acquisition.
(xv) The date, time and place offers are due. Offers are due by noon (12:00 PM CT) on Thursday, November 29, 2018. All offers timely received via FEDCONNET or email: andre_ward@nps.gov will be considered.
(xvi) The name and telephone number of the individual to contact for information regarding the solicitation.

E. Andre Ward, Contracting Officer
U.S. Department of the Interior
National Park Service, Southeast Region
West Major Acquisition Buying Office
Gulf Breeze, Florida
W: 850.934.2614 C: 850.232.4630

Ward, Evans

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP