The RFP Database
New business relationships start here

FPC Duluth - Solid Waste Removal


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

The Federal Bureau of Prisons Field Acquisition Office in Grand Prairie, Texas, intends to make a single award to a qualified company for the he provision of Waste Disposal Services for the inmate population located at the Federal Prison Camp in Duluth, Minnesota. The Waste Disposal Service include the following: The contractor will provide Waste Disposal Services which conform to all Local State, and Federal laws and regulations applicable to the disposal of waste. Contractor shall provide services to FPC Duluth with all labor, equipment, transportation, and disposal of solid waste, trash, or refuse. There are three "HOT TRASH" dumpsters at the institution. Each shall be a six yard dumpster furnished by the Contractor. The dumpster will contain mostly paper products and staff housing garbage, and must be secured with a lock. The padlock will be provided by the FPC. The offeror will quote a firm fixed price per dumpster pull. There is one 20 yard construction dumpster which will be furnished by the Contractor. This dumpster will be emptied on an "on call" basis. The offeror will quote a "pull fee" price for picking up, emptying and returning the dumpster to the institution. The government will pay for the actual weight of the construction debris after the Contractor submits a certified receipt showing the total weight and this proving that the debris was taken to a licensed landfill. The Contractor will be paid for the "pull fee" and reimbursed for the cost of disposal of the waste and any applicable taxes related to that load. There is one government owned 30 yard dumpster with a compactor at the institution. The offeror will pay for the actual weight of the debris after the Contractor submits a certified receipt showing the total weight and thus proving that the debris was taken to a licensed landfill. The Contractor will be paid for the "pull fee" and reimbursed for the cost of disposal of the waste and any applicable taxes related to that load. There are three 2 yard dumpsters to be furnished by the Contractor for food waste items at the institution. The dumpsters should be made of steel, and preferably have a plug in the bottom for inmates to be able to easily clean the inside of the dumpsters. The wetness of the food waste will vary. The Contractor and the Contracting Officer's Representative (COR) will mutually agree on the exact time and days for scheduled solid waste removal. Trash Pickup: Trash will not be segregated prior to pickup. The contents of the compactor (including all garbage, refuse, and trash inside, resting upon or in the immediate vicinity of the compactor and that which might be spilled by collectors during pickup) shall be thoroughly and completely collected. If the Contractor causes contents to spill out of any of the dumpsters, they shall collect the spilled contents. Estimated schedule (subject to change if required): Hot Trash Dumpsters = approximately 2 pulls per month for 78 pulls per year. Construction Dumpster = approximately 15 pulls per year as needed. Compactor Dumpster = approximately 12 pulls per year as needed. Food Waste Dumpster = approximately 312 pulls per year, 2 pulls per week. The award will be made to the responsible contractor who submits the most advantageous quote to the Government based on price and price-related factors only. The Contracting Officer anticipates awarding an indefinite-delivery requirements type contract, with firm fixed unit pricing. The contract period shall consist of a 12-month base year with four (4) possible option years for renewal. The solicitation will be available on or about August 7, 2014 and will be distributed solely through the General Services Administration's Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interested parties are responsible for monitoring the site to ensure you have the most up-to-date information about the acquisition. All Contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. The anticipated date for receipt of quotes is on or about August 25, 2014, however, see Block #8 of the SF1449 for exact due date. The solicitation is set aside 100% for small business. The North American Industry Classification System code for this solicitation is 562111 with a size standard of $10 million. Faith-Based and Community-Based Organizations can submit offers/quotes equally with other organizations for contracts for which they are eligible. All responsible small businesses may submit a quote.


Kelly S Kelly, Contract Specialist, Phone 972-352-4540, Fax 972-352-4545, Email k1kelly@bop.gov - Gil Sveum, Contracting Officer, Phone (972) 352-4537, Fax (972) 352-4545, Email gsveum@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP