The RFP Database
New business relationships start here

Biosolid Sludge Removal Services


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

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; quotes are being requested and a written solicitation will not be issued.
The solicitation number is RFQP02111500004; it is being issued as a Request for Quote (RFQ). The requirement is being solicited on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 562991, septic tank and related services.

The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to establish an indefinite-delivery, requirements type contracts for the provision of Biosolid Sludge Removal Services for the Federal Correctional Institution (FCI) Otisville, located in Otisville, New York. Information regarding the Bureau of Prisons (BOP) and its facilities can be located at www.bop.gov. A description of the services required is attached to this posting and labeled as Attachment I - Statement of Work.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79.

CONTRACT CLAUSES:
52.252-2 - Clauses Incorporated by Reference (Feb 1998).
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov/far. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.
52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2014) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.
52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or Copied Doubled-Sided on Post-Consumer Fiber Content Paper (MAY 2011)
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.223-5 Pollution Prevention and Right to Know Information (MAY 2011)
52.224-1 Privacy Act Notification (APR 1984)
52.224-2 Privacy Act (APR 1984)
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.253-1 Computer Generated Forms (JAN 1991)
The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:
52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period
52.216-19 Order Limitations (OCT 1995) - (a) less than one pull; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days
52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period
52.217-8 Option to Extend Services (NOV 1999) prior to the expiration of the current performance period
52.217-9 Option to Extend the Term of the Contract (MAR 2000) - (a) prior to expiration of the current performance period; 60 days; (c) but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) - Employee Class Monetary Wage/Fringe Benefits: Truck Driver, Medium (31362) $19.15
52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
52.27-103-72 DOJ Contractor Residency Requirement - BOP (JUN 2004)
52.242-11-004 Evaluation of Contractor Performance Utilizing CPARS (APR 2011)
Department of Justice Order 2640.2F (NOV 2008)
2852-223-70 Unsafe Conditions Due to the Presence of Hazardous Material (JUN 1996)
52.21-603-70 Contracting Officer's Representative (JUN 2012) - Aaron Churchill, Engineering Technician, FCI Otisville is hereby appointed as COR.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2014) - (b) 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33, (c) 52.222-41 WD 05-2379 Revision 15 (Truck Driver, Medium - $19.15 rate, $4.02 Health & Welfare), 52.222-42 , 52.222.43.

OTHER CONTRACT TERMS AND CONDITIONS:
Type of Contract: A resultant contract will be an indefinite delivery/requirements type contract with firm-fixed pricing. It is anticipated that contract award(s) resulting from this solicitation will be made on March 30, 2015. The estimates is not a representation to an offeror or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal.

Performance Period: The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months.

The contractor shall commence performance of services within 15 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for services under this contract is at the destination, FCI Otisville.

Ordering Official: Task orders may be issued only by the Contract Specialist or a warranted procurement official from the Contract Administration Office at FCI Otisville. Orders may be issued orally, faxed, electronically, or via mail.

The program manager at FCI Otisville is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedure will be performed:

By submitting a quote for service, the contractor agrees to adhere to all of the security procedures of the FCI. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.

Non-personal services: A resultant contract will be a non-personal services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. Award of a contract does not constitute an employer/employee relationship. The contractor will not be subject to Government supervision, except for security related matters; however, contractor performance shall be closely monitored to ensure contract compliance.

Pricing Methodology- The contract rate for service will be for each dumpster pickup completed by the contractor. Pricing shall be inclusive of all charges (i.e., wages, insurance, overhead, profit, etc.).
 
SOLICITATION PROVISIONS:

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov/far.
52.212-1 Instructions to Offerors - Commercial Items (APR 2014) tailored to delete paragraphs at d, h, and i, as they have been determined to be non-applicable to this solicitation. Paragraph c has been changed to 60 days. The additional provisions listed below are incorporated into this solicitation via addendum to this provision. All references to "Offer" and "Offeror" are changed to "Quote" and "Quoter" respectively.
52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2013)
52.217-5 Evaluation of Options (JUL 1990)
52.233-2 Service of Protest (AUG 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, D.C. 20534
52.237-1 Site Visit (APR 1984)
52.252-5, Authorized Deviations in Provisions (AUG 1984) (b) Justice Acquisition Regulation; chapter 28.

Protests Filed Directly with the Department of Justice (JAR 2852.233-70)
Faith-Based and Community- Based Organizations (AUG 2005) - can submit quotations equally with other organizations for contracts for which they are eligible.

Evaluation and Award Methodology: This acquisition will be procured in accordance with FAR Part 12 - Acquisition of Commercial Items and Part 13 - Simplified Acquisition Procedures. In addition to price, quoters must demonstrate technical capability and successful past performance history. Pursuant to FAR 52.212-1(g), an award decision will be made to the responsible contractor whose quote is most advantageous to the Government based on price, technical capability, and past performance.

Pursuant to FAR 17.203(b), the Government's evaluation shall be inclusive of options. Pursuant to FAR 17.203(d), quoters may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. The estimated quantity of service required is not a representation to a quoter that the estimated quantities will be required or ordered, or that conditions affecting requirements will remain stable or normal.

Quoters are advised that the Contracting Officer will verify registration in the System for Award Management database (www.sam.gov) prior to award of any contract, by entering the potential awardee DUNS number into the database. Failure to complete a registration record may result in elimination from consideration for award.

Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.

SUBMISSION OF QUOTATIONS:

On letterhead or business stationary, the following information must be submitted. Failure to provide required information may result in your quote not being considered.
(1) Contractor's DUNS Number
(2) Quoted price per dumpster pickups for an estimated maximum requirement of 20 pickups per year.
Example format: Base Year: 20 estimated pickups x tiny_mce_marker________ per pickup = tiny_mce_marker___________ Responses must include a price quote per hour for the Base Year, Option 1, Option 2, Option 3, and Option 4.
(3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (if different from entry made to the System for Award Management record at www.sam.gov.) Offeror's Representations and Certifications should include NAICS code 562991 Septic Tank and Related Services.
(4) Quotes must demonstrate the contractor's technical capability to provide the required services with a description of how the contractor plans to meet the requirements of the solicitation in accordance with the Statement of Work.
(5) A completed copy of the Business Questionnaire - Attachment II.
(6) Quoters must provide proof of certification to transport and dispose of biosolid material in the state of New York.


Quote Submission Information:

Quotes must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051 no later than 2:00 pm local time on Tuesday, March 17, 2015.

Written quotes will be accepted by mail, hand-carried delivery, or email. However, emailed quotes are encouraged. Emailed quotes must be sent to cdailey@bop.gov. Include the following in your subject line: Quote submitted in response to RFQP02111500004. Quotes must include all required information.

Mailed or Hand-carried quotes must be delivered to the attention of Charles Dailey, Contract Specialist at the address listed above. The official point of receipt for hand-carried quotes will be at the first floor reception area of the address listed above. Please give 24 hour of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.

Questions regarding this requirement may be directed in writing to Charles Dailey, Contract Specialist at cdailey@bop.gov. Please submit all questions no later than March 9, 2015.


Charles Keith Dailey, Phone 972-352-4522, Fax 972-352-4545, Email cdailey@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP