Purchase Of Three Used Recycle Trucks
Document Type: Presolicitation Notice
Solicitation Number: DPWRMD-3104-N201
Classification Code: 23 -- Ground effects vehicles, motor vehicles, trailers & cycles
Contracting Office Address: ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
Description:
NA 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. DPWRMD-3104-N201 is issued as a request for quotation for the listed CLINs below.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 12.1. The applicable clauses are 52.212-1 Instructions to Offers, 52.212-3 Offeror Representations and Certifications--Commercial Items Alternate III, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (FEB 2000) Alternate I, and DFARS 52.2 12-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The SIC code is 5511 and the small business size standard is 500 employees. NAICS 441229, and FSC 2320. In accordance with FAR 13.106-1(b), this acquisition will be solicited from a single source. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. TRUCK, Year 1995, Make IHC, Model 9400, Engine: Make CUMMINS, Model N14-370E, Transmission: Make Fuller, Model: RTLD-F14613B, Tires- Front: 315/80R22.5, Rear: 11R225 (% of tread) Front 50% Rear: 50%, Wheel Style: BVDD, Fuel Tank (S) Capacity: (2) 75 Gal., Battery(S) 12V, Number of axles, 3, Front Axle Capacity: 18,000, Rear Axle Capacity: 46,000, Brakes, Air, Options Requested Radio, Air Conditioning, Power Steering. Body Specifications ? Make G&H, Model 1500, Capacity 60,000. ?Pi ck Up? Style, Roll Off. REMARKS: Poineer Tarper with warrant 1 year, new Galbreath or G & H hoist with warrant 2 year on hydraulics system, life time on workmanship. CLIN 0002, 1 each TRUCK, Year 1991, Make MACK, Model DM, 6905, Engine: Make MACK, Model E6-4V-250, Transmission: Make MACK, Model: 6 speed, Tires- Front: 315/80r22.5, Rear: Same (% of tread) Front 50% Rear: 50%, Wheel style: Dayton, Fuel Tank (s) Capacit y: 75 gal, Battery (s) 12v, Number of axles: 3, Front axle capacity: 20,000, Rear axle capacity: 44,000, Brakes: Air, Options Requested, Radio, Air Conditioning, Power Steering. Body Specifications - Make: G&H, Mfg., Model: 1500, Capacity: 60,000., Pick Up? Style: Roll Off. REMARKS: Poineer Tarper with warrant 1 year, new Galbreath or G & H hoist with warrant 2 year on hydraulics system, life time on workmanship. CLIN 0003, 1 each TRUCK, Year 1993, Make FORD, Model l8000, Engine: Make FORD, Model 7.8 diesel, Transmission: Make ALLLISON, Model: MT654, Tires- Front: 12r22.5, Rear: 12r22.5 (% of tread) Front 50%, Rear: 50%, Wheel style: Budd, Fuel Tank (s) Capacity: 75 gal., Battery (s) 12v, number of axles: 3, Front axle capacity: 18,000, Rear axle capacity: 46,000, Brakes: Air, Options Requested, Radio, Air Conditioning, Power Steering. Body Specifications - Make: EMCO, Model: Impact, Capacity: 33 yards,, Pick Up, Style: Auto Sideload. REMARKS: Front Mount Pump, Rear Camera with Cab Monitor. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. In accordance with FAR 13.106-1(b), this acquisition will be solicited from a single source. Request that the offeror include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. Request that you provide the standard commercial warranty on the equipment. The date and time for receipt of offer is 23 Apr 03, 3:00 PM. The offer can be faxed to (254)287-5354 or emailed to Barbara.Watts@hood.army.mil. For information regarding the solicitation, contact Ms. BarbaraWatts at (254) 287-9801.
Original Point of Contact: Rebecca Coon, 254-287-5479.
Email your questions to ACA, Fort Hood at rebecca.coon@hood.army.mil.
Indefinite Delivery Indefinite Quantity Multi-Award Trash and Debris Removal Services
Document Type: Presolicitation Notice
Solicitation Number: GS11P03YAC0025
Set Aside: Partial Small Business
Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Metropolitan Service Center (WPD), 7th & D Streets, S.W., Room 7919, Washington, DC, 20407
Description: Indefinite Delivery Indefinite Quantity (IDIQ) Multi-Award Trash and Debris Removal Services C.1 Description of Work. The Contractor shall furnish all supervision, labor, materials and equipment to provide trash and debris removal services for various federal buildings located within the National Capital Region (NCR) under the jurisdiction of the DC Service Division, Metropolitan Service Division and the Triangle Service Division. The contractor shall perform to the standards described in the contract as well as all local, state, and federal regulations.
C.1.1 Loose trash and debris service. Inadequate height clearance, the absence of a loading dock or container storage area, or severely congested conditions may dictate the need for packer service. Loose trash for each location is listed on the exhibit sheets, Part III, Section J, Exhibit A. C.1.2 Closed container trash service. Containers shall have a minimum capacity as shown for each location on the exhibit sheets, Part III, Section J, Exhibit B and shall be physically located at these locations at all times except when designated differently by the Contracting Officer’s Representative (COR).
C.1.3 Open top container debris service C.1.3.1 The Contractor shall provide open top containers for debris removal as required by the Government at the designated pickup points in a location and capacity as specified in exhibits Part III, Section J. C.1.3.2 Debris includes but is not limited to plaster, old carpet, broken furniture, wallboard, stone, ceramic tile, and contaminated wood, etc. Contaminated wood includes scrap lumber, crates, wooden boxes, skids, etc. C.1.4 Roll off compactor trash service
C.1.4.1 The Contractor shall provide and install roll-off, self contained and stationary compactors as required by the Government at the designated pickup points in a location and capacity as specified in exhibits Part III, Section J. C.1.4.2 The Contractor shall provide and install roll-off compactors as required by the Government at the designated pickup points in a location and capacity as specified by the GSA, CSR and as listed in Exhibits Part III, Section J. Special Note: As part of the compactor services, it is the Contractor's responsibility to furnish handrails, toe rails, ramps, etc., if required by the Government. If this type of equipment has been previously installed, the Contractor shall inspect and repair or replace these installations as necessary and accept full responsibility for their upkeep and safety. C.1.4.3 Compactor units shall be in new condition capable of delivering normal operating release pressure meeting manufacturers specifications and NSWMA standards.
C.1.4.4 Self-Contained Compactor Equipment Features: Each self-contained compactor shall be equipped with the following: a. Separate power unit b. Doghouse and access interlock switch c. Multicycle timer with Ram Stop Forward d. Advance warning or full container lights e. A working hydraulic pressure gauge capable of reaching 2000 psi (machine must be operable to at least 1800 psi).f. Compactor container shall be of an octagonal design. g. Charge box loading capacity shall be a minimum of 1.5 cubic yards (manufacturer's Rating). C.1.4.5 Stationary Compactor Features (Debris Only) Each Stationary compactor must be equipped with the following: a. Access interlock switch b. Multicycle timer with adjustable Ram Stop c. Advance warning or full container indicator d. A working hydraulic pressure gauge capable of ensuring maximum psi. e. Charge box loading capacity shall be a minimum of 4.00 cubic yards (Manufacturers Rating). C.1.4.6 Inspection of Compactor C.1.4.6.1 The compactor system must meet all OSHA safety requirements and local safety ordinances. Each compactor shall be inspected for proper operation and safety once per quarter by the Contractor's qualified mechanic, and a copy of that report will be furnished to the COR no later than 10 working days after the end of the quarter.
C.1.4.6.2 The Government reserves the right to monitor the operation of all compactor equipment using electronic or hydraulic pressure gauges or computerized monitoring equipment. The Contracting Officer Representative (COR) may require the contractor to demonstrate proper hydraulic pressure as necessary. C.1.4.6.3 All equipment shall function according to manufacturers' design specifications. Any equipment not meeting the manufactures design specifications shall be fixed or replaced within 48 hours of notification.
C.2 Equipment C.2.1 General C.2.1.1 The Contractor shall identify all equipment used in the performance of this contract with the name of the company and the capacity of the container in cubic yards. C.2.1.2 All equipment necessary for the performance of the services under this contract must be available for inspection prior to commencement of the contract and ready for use at the designated Government locations on the first day of service. C.2.1.3 Collection of Trash and Debris in all areas shall be from contractor provided, government approved equipment. C.2.1 Government owned containers such as GI cans, trash carts, etc. shall not be removed from the Government premises. C.2.1.5 All stake body trucks used to pick up loose debris shall be clearly marked with the truck bed's volume in cubic yards. C.2.2 Maintenance of Equipment C.2.2.1 The Contractor shall maintain all equipment in good physical and mechanical condition without rust, damaged seams, tops, rollers or leaking hydraulics. C.2.2.2 The Contractor shall maintain all equipment in a sanitary condition avoiding offensive odors, and an unsightly appearance. C.2.2.3 If a compactor becomes inoperative, the Contractor shall furnish sufficient packer trucks on a daily schedule, approved by the CSR to remove the trash from the building until the necessary repairs have been completed.
C.2.3 Ratproofing Equipment C.2.3.1 All trash or garbage containers shall have tight fitting lids and/or doors. There shall be no gaps greater than a 1/2 inch. C.2.3.2 When in the ram stop forward position, compactor equipment shall not have an opening greater than 3 inches between the frame of the charge box, compactor container and the ram. C.2.3.3 The Contractor shall take all necessary steps to ensure that conditions, which may contribute to rodent infestation such as the accumulation of trash around and under trash equipment, odors, and unsanitary conditions are corrected as soon as they are observed or reported. Reported deficiencies shall be corrected by the Contractor within 24 hours after notification.
C.3 Schedule of removals - C.3.1 General C.3.1.1 The Contractor shall be required to provide services on normal Government workdays, legal holidays excluded. C.3.1.2 Sites to be serviced are listed in Part III, Section J of this solicitation. Sites, which may be added to this contract in the future, shall be serviced at contract award prices. C.3.1.3 The Contractor shall schedule the removal of all containers so the facility is not without service for more than 3 hours. The Contractor shall also pickup and dispose of any trash that cannot be handled by the compactor. C.3.1.4 Containers shall be returned to the same location and position from which they were originally loaded. C.3.1.5 Debris removal shall be on an on-call basis unless otherwise specified. The Contractor shall remove debris within 24 hours after notification. C.3.2 Timely Removal C.3.2.1 If the trash and debris are not removed within the specified time as required in Part III Section J, or the container is not returned to its original location and position, the Government reserves the right to have this material removed or the container relocated by other means and charge the Contractor in accordance with the Deduction Table, Part I, Section G.
C.4 Changes in service requirements C.4.1 Locations may be dropped or added and scheduled pickups, including days and times, may be changed to best serve the interest of the Government. Permanent schedule and service changes shall only be made by modification of the contract specifications and signed by the Contracting Officer. The Contract Specialist prior to performance of the requested service must confirm all schedule changes and/or pickups. C.4.2 Unscheduled Collections The contracting officer may require the contractor to make unscheduled collection, and disposals.
The contractor will respond within 24 hours of the direction by the contracting officer. Unscheduled collections shall be by separate task order IAW CLIN 0002. C.4.3 Inclement Weather Schedule C.4.3.1 The contractor shall collect refuse during periods of inclement weather. In cases of severe weather, the Contracting Officer (CO) or contracting officer's representative (COR) may authorize exceptions. When exceptions are granted, the contractor shall make up all missed collections within 24 hours after the severe weather has terminated, unless the contracting officer/COR authorizes additional time.
C.5 Pickup and disposal facility tickets C.5.1 Pickup Tickets: The Contractor shall issue pickup tickets for loose trash and debris, compactor, open top container, and debris removal services. Pickup tickets shall be prepared in duplicate by the Contractor. It shall be the responsibility of the Contractor to have all tickets numbered and dated the day of the pickup. Each ticket must be signed by the Government’s designated representative at the pickup site at the time of pickup. In addition to the signature, the Contractor must also require the Government’s representative to print his or her name below or above their signature. The Contractor shall leave a copy of the pickup ticket with the Government representative at the time of pickup. Duplicate copies of the signed tickets must be submitted to designated paying office or (CSC) with the monthly invoice. C.5.2 Disposal Facility Tickets: Legible copies of the landfill/ transfer station tickets must accompany the duplicate invoice. The location of the pick up, disposal facility and tonnage must be imprinted on the ticket. NOTE: For compactor and open top container service, GSA will reimburse the contractor for tipping fees in accordance with bid prices as listed in schedule B. The following formula will be used to compute tipping costs: Tonnage X Bid Price per Tone = Tipping Cost. C.6 DISPOSAL FACILITY C.6.1 It is the desire of the Government that all trash and debris collected as a requirement of this contract shall be removed from the premises and transported to a processing facility for the purpose of manufacturing or recycling to the extent available. Trash and debris not transported to a facility for manufacture or recycling shall be disposed of only through a waste disposal facility that has been certified by the appropriate State or local agency for waste management, or by the Environmental Protection Agency. C.6.2 The Contractor shall be responsible for all dumping and disposal fees except for compactors and open top containers. Selection of a certified disposal facility shall be the responsibility of the Contractor.
C.7 Environmental quality assurances The Contractor shall: C.7.1 Fully comply with all state, county and city laws and regulations regarding sanitation and solid waste disposal. C.7.2 Furnish monoxide eliminators on all gasoline-powered vehicles used to remove trash and debris from any pick-up site located inside of a building. C.7.3 Turn off the motor of all vehicles that do not require the motor to run for the purpose of loading the vehicle. C.7.4 Not create any litter at loading location, or while transporting material to disposal point. C.7.5 Follow EPA regulations outlined in the Code of Federal Regulations 40 Parts 241, 243 and 257. C.7.6 At no additional cost to the Government, clean up any oil or fuel spills that result from the Contractor’s operations. If such a spill occurs, the Contractor shall report the incident immediately to the CSR, and to the COR.
C.8 Quality control C.8.1 The Contractor shall establish a quality control program to assure the requirements of the contract are provided as specified. One copy of the Contractor's basic quality control program shall be provided to the Contracting Officer at the post award meeting. An updated copy shall be provided to the Contracting Officer on the contract start date and as changes occur. This program shall include but not be limited to the following: C.8.1.1 An inspection system covering all the services stated in the specifications. It shall specify areas to be inspected on a scheduled or unscheduled basis and the individual(s) who will do the inspection. C.8.1.2 A method of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable. C.8.1.3 A file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available to the Government during the term of the contract and until such time that final payment is made. C.9 Quality Assurance: C.9.1 The Government shall monitor the Contractor's performance under this contract using the quality assurance procedures specified in the surveillance plan, specifications, and schedule of requirements. C.10 Surveillance Plan: C.10.1 All work and services performed as included in the specification for this contract shall be done in accordance with proper trash and debris removal procedures and shall be subject to inspection and approval. The acceptable quality level of these specifications is 100 percent. C.11 Transition Plan: C.11.1 The Contractor shall submit a plan to transition trash and debris removal services from the incumbent contractor. This transition plan shall be submitted to the GSA contracting officer representative four weeks before the beginning date of the contract. The transition plan shall include a schedule of equipment delivery to all locations to be serviced, company operations contacts, plans to interact with the incumbent contractor and GSA Service Delivery Team contacts. C.12 DELIVERABLES Para C.1.- C.1.4, Page I-C-1, List of Proposed Containers Submitted at Pre-performance meeting, Para C.8, Page I-C-5, Quality Control Program (updates as necessary), No later than 10 working day after contract awarded, Para Exhibits, Page Part III, Section J, Exhibits A, B & C, Equipment listing Within 10 working days after Contract award date.
Performance Objectives, C.13.1 The contractor's service requirements are summarized into performance objectives. The performance threshold briefly describes the minimum acceptable levels of service required. Performance objective, SOW paragraph performance threshold, Collect and Dispose of waste in accordance with the SOW, C.1, No customer complaints, Maintain equipment in good workable condition. Containers must be washed, and free of odors, C.2.2, No customer complaints Perform unscheduled collections as required by CO, C.4.2 No customer complaints.
Original Point of Contact: Joyce Ajayi, Contract Specialist, Phone 202 205-7769, Fax 202 401-0076, Email joyce.ajayi@gsa.gov.
Family Housing Refuse and Recycling Collection Services At Various Locations, Oahu, Hawaii
Document Type: Presolicitation Notice
Solicitation Number: N62742-03-R-2227
Classification Code: S -- Utilities and housekeeping services
Set Aside: Total HUB-Zone
Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, ROICC Pearl Harbor, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
Description:
Family Housing Refuse and Recycling Collection Services At Various Locations, Oahu, Hawaii. Approximately 4,408 quarters to be serviced at Halsey Terrace (503), Hokulani (190), McGrew Pt. (140), Moanalua (752), Radford (348), Catlin Park (200), Doris Miller Pk (187), Halawa (14), Hale Moku (19), Maloelap (30), Camp Stover (107), Ford Island (79), Hale Alii (11), Hospital Pt. (140), Little Makalapa (638), Makalapa (10), Manana (390), Marine Bks (214), NCTAMS (96), Pearl City (318), and Red Hill (22). Curbside pickup once a week after 0700 A.M. up to 4:00 P.M., bulk pick-up each month as designated after 0700 A.M. up to 4:00 P.M. (includes disposal of air conditioners and white appliances in accordance with EPA standards), special pick-up (Christmas tree recycling once per week for two weeks after 25 December), collection on weekends and holidays to be approved by the Contracting Officer. Recyclable materials for family housing to be collected as defined once a week. Collect refuse from 6 cubic yard dumpsters twice a week and 40 cubic yard dumpsters once a week. Existing 95-gallon refuse carts will be utilized. Contractor to provide refuse carts with properly identified address as replacement for damaged carts. The contract term will be a base period of one year plus 4 option years.
The total term of the contract, including all options, will not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. The Government is contemplating privatization of housing requirements. Should this occur, the Government may exercise only a portion of the option period for areas not affected by the privatization. All of the option periods may not be exercised.
The NAICS Code for this procurement is 562111 and the annual size standard is $10.5M. During the term of the contract, the Government may authorize customers to use purchase cards to order and pay for indefinite quantity work for task orders.
This process will be implemented by a modification to the contract. Task orders and payments shall not exceed the limits specified by the modification. Upon issuance of the modification, the Contractor shall comply with the requirements. This contract will replace a contract for similar services awarded in 1999 for $331,115.00 (firm fixed-price) and $493,042.00 estimated maximum (indefinite quantity) for the period June 1 to September 30, 1999 (4 months). We will include information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act for this information.
Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available. All interested offerors shall register at the website to ensure that they are notified of updates or amendments to the solicitation as they occur. No other notice of solicitation activity will be provided to interested offerors. The proposed contract listed here is 100 percent HUBZONE set-aside. The Government will only accept offers from HUBZONE concerns. The solicitation utilizes source selection procedures, which require offerors to submit past performance and experience information, and price proposal for evaluation by the Government. Proposal receipt date is approximate.
Original Point of Contact: Gail Matsumoto, Contracting Officer, Phone (808) 474-8385, Fax (808) 474-3387, Email matsumotogn@pwcpearl.navy.mil.
Scrap Rubber And Tire Disposal Services At Drmos Scott, Whiteman, Great Lakes, Duluth And Selected IL Nat. Guard Sites
Document Type: Award Notice
Posted Date: Apr 15, 2003
Original Archive Date: Apr 30, 2003
Classification Code: P -- Salvage services
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
Description: Contract Award Date: Apr 15, 2003
Contract Award Number: SP4410-03-D-6002
Contract Award Amount: $116,880 (base plus all options)
Contract Line Item Number: 0001 - 3002
Contractor: Becks Tire Service, Inc. 4950 Stilwell Street Kansas City, MO 64120-1134
Original Point of Contact
David Straughn, Contracting Officer, Phone 269-961-7258, Fax 269-961-4474, Email Dave.Straughn@mail.drms.dla.mil - Bernie Solovey, Contracting Officer, Phone 269-961-4246, Fax 269-961-4474, Email Bernie.Solovey@mail.drms.dla.mil.
Hazardous Waste Disposal And Related Services At Drmos March And Port Hueneme
Document Type: Presolicitation Notice
Solicitation Number: SP4400-03-R-0007
Set Aside: Total Small Business
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
Description: Service contract for all fees, labor, packaging, transportation and disposal of hazardous/non-hazardous waste located at DRMOS March and Port Hueneme and surrounding locations. Anticipated date for solicitation issue is o/a May, 7, 03 and the solicitation will only be issued at http://www.drms.dla.mil. The procurement is 100% small business set-aside. Proposals will be due approximately June 13, 2003. This will be a firm-fixed price indefinite delivery indefinite quantity contract for a period of eighteen months and two, 18-month options will be included. Performance will be requested on task orders issued against the basic contract. Special requirements: prospective contractors or subcontractors must comply with all federal, state and local laws, ordinances and regulations governing handling, transportation and disposal of hazardous materials and environmental protection.
Original Point of Contact: Kathy Smalley, Contract Specialist, Phone 269-961-4073, Fax 269-961-4474, Email Kathy.Smalley@mail.drms.dla.mil - Jeffrey Hisey, Contracting Officer, Phone 269-961-7489, Fax 269-961-4417, Email Jeffrey.Hisey@mail.drms.dla.mil.
Place of Performance
Address: March AFB, CA Port Hueneme, CA
Country: USA
Latest from Recycling Today
- Nucor names new president
- DOE rare earths funding is open to recyclers
- Design for Recycling Resolution introduced
- PetStar PET recycling plant expands
- Iron Bull addresses scrap handling needs with custom hoppers
- REgroup, CP Group to build advanced MRF in Nova Scotia
- Oregon county expands options for hard-to-recycling items
- Flexible plastic packaging initiative launches in Canada