Solid Waste Transportation & Disposal (№13738625)

20 mar

Number: 13738625

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


20-03-2019

Description


Solid Waste Transportation & DisposalSolicitation Number: 140P8419Q0019
Agency: Department of the Interior
Office: National Park Service
Location: NPS - All Offices

Solicitation Number: 140P8419Q0019

Notice Type: Award

Contract Award Date: March 19, 2019

Contract Award Number: 140P8419P0035

Contract Award Dollar Amount: $5642.00

Contract Line Item Number: 00010

Contractor Awarded Name: Southern Oregon Sanitation

Contractor Awarded DUNS: 044109767

Contractor Awarded Address: 1381 Redwood Ave

Grants Pass, Oregon 97527
United States

Synopsis: Added: Feb 28, 2019 3:47 pm

Solid Waste Transportation & Disposal
Crater Lake National Park
Klamath County, Oregon


This is a combined synopsis/solicitation for the transportation and disposal of solid waste, a commercial service, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-01 effective December 20, 2018. Quotations are requested via this notice only. The solicitation number is 140P8419Q0019 and is issued as a request for quotation (RFQ). The North American Standard Industrial Classifications System Code is 562111 with an associated small business size standard of $38500000 in annual receipts. This solicitation is a 100% total small business set-aside. Quotations will only be accepted from small businesses. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/.
SCOPE: The contractor will provide the necessary labor and equipment for transportation and disposal of municipal solid waste in a 20 cubic yard (CY) container. Solid waste is collected by park staff from visitor facilities including lodging, campgrounds, food service, employee housing and administrative sites and placed in a 20 CY compactor container stored at Crater Lake National Park headquarters.
PERIOD OF PERFORMANCE: Base Period - Award Date (est. April 1, 2019) - December 31, 2019
Option Year 1: Jan. 1, 2020 - Dec. 31, 2020
Option Year 2: Jan. 1, 2021 - Dec. 31, 2021
Option Year 3: Jan. 1, 2022 - Dec. 31, 2022
Option Year 4: Jan. 1, 2023 - Dec. 31, 2023
TASKS: Upon notification of service required, the contractor shall deliver an empty container, disconnect and reconnect the hydraulic and Ozonator hoses that operate the trash compactor and load the full container. The contractor will transport the full container to an approved Oregon Department of Environmental Quality (ODEQ) landfill for disposal. The empty container shall be stored at the "contractor"s yard" and shall be responsible for any damage to the two park-owned and supplied compactor/containers which occur during loading, unloading, transportation, or while otherwise in the contractor"s possession. The Contractor shall comply with Oregon Department of Transportation (ODOT) regulations for the maintenance and operation of commercial vehicles. The transport vehicle shall be free of hydraulic leaks, engine fluid leaks, and excessive exhaust smoke. Exterior appearance shall be free of body damage, dirt, and general degradation. Empty containers shall be rinsed free of all trash, liquid and odors from the previous use. The Contractor is responsible for prevention and/or cleanup of any trash or fluid leaking from the compactor during loading or unloading activities. The contractor shall obtain and maintain all appropriate permits, licenses, certificates, insurance, etc. necessary to provide trash removal services in Klamath and/or Jackson County Oregon during the term of this contract. Contractor shall pay all dumping fees and permits.
DELIVERY: The Contracting Officer or his designee will notify the contractor when a compactor exchange is required and service will be provided within 48 hours.
PLACE OF PERFORMANCE: The trash compactor is located at Crater Lake National Park headquarters. The GPS coordinates are 42°53"44.1"N 122°08"12.4"W, approximately 60 miles from Klamath Falls and 80 miles from Medford, Oregon.
GOVERNMENT-FURNISHED PROPERTY: Two each McClain (20) cubic yard trash compactors equipped with a port to install Ozonator hose.
PAYMENT: Invoices must contain the following information: Date of service, Load ticket number, Weight, and name of ODEQ permitted facility used. The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.
TERMS AND CONDITIONS: TERMS AND CONDITIONS: The following FAR provisions and clauses apply:
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.212-1, Instructions to Offerors -- Commercial Items;
52.212-3, Offer Representations and Certifications -- Commercial Items
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.
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 (within 52.212-5, the following provisions and clauses are applicable)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.222-41, Service Contract Labor Standards
(See Wage Determination 15-5572 (Rev.-7) at https://www.wdol.gov/sca.aspx)
52.222-42, Statement of Equivalent Rates for Federal Hires
(Employee Class: WG-5703-07-02; Monetary Wage: $21.96/hr; Benefits: $7.25/hr; This Statement is for Information Only. It is not a Wage Determination.)
52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706)
52.217-5, Evaluation of Options
52.217-9, Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15, Stop-Work Order
52.242-17, Government Delay of Work
1452.201-70 Authorities and Delegations (SEP 2011)
(a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work.
(b) The Contracting Officer will designate a Contracting Officer"s Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor"s performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment.
(c) The COR is not authorized to perform, formally or informally, any of the following actions:
(1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;
(2) Waive or agree to modification of the delivery schedule;
(3) Make any final decision on any contract matter subject to the Disputes Clause;
(4) Terminate, for any reason, the Contractor"s right to proceed;
(5) Obligate in any way, the payment of money by the Government.
(d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR"s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer"s response issued under paragraph (e) of this clause.
(e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract.
(f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR.
(g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor"s risk.
Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/.
Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury"s Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR"S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email [email protected] or phone (866) 973-3131. 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.
INSTRUCTIONS TO OFFERORS: This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
The Government will award a contract resulting from this Request for Quotation to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors.
The following non-cost factors shall establish the requirements of acceptability:
A. Technical capability of the firm to complete the work (as evidenced by providing list of jobs of similar nature/scope, specifically transporting large (20 cubic yard) containers of solid waste to landfills as successfully performed within the last five years);
B. Past performance (quality, efficiency and effectiveness, adherence to terms and conditions of contract, timeliness, cooperation, commitment to customer satisfaction, and business relations);
All non-cost factors will be evaluated on a pass/fail basis. Best value is expected to result from the selection of the technically acceptable quotation with the lowest evaluated price.
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.
Quotations must be sent to e-mail address: [email protected] before the closing date and time. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by return email, you must contact Contract Specialist for confirmation).
THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; e-mail: [email protected]
Do NOT contact or send quotations to the Default Contracting Office Address in Denver, Colorado.





Please consult the list of

document viewers if you cannot open a file. Attachments Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachments

Posted Date: February 28, 2019



Att_1_Quote_Sheet.pdf (69.91 Kb) Description: Quote Sheet

Att_2_Exp_&_Past_Perf.pdf (40.90 Kb) Description: Experience Form



Contracting Office Address: 12795 West Alameda Parkway
Post Office Box 25287
Denver, Colorado 80225-0287


Place of Performance: Crater Lake National Park
Crater Lake, Oregon 97604
United States


Primary Point of Contact.: Jack Northcutt, Contracting Officer

[email protected] Phone: (541) 883-6884