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.
Award will be made to the vendor whose quote is the lowest-cost-technically-acceptable and will meet the delivery schedule.
Verify in your quotation that you are able to meet all requirements of this RFQ.
Contract Type: Firm Fixed Price (FFP)
Period of Performance: Base year (12 months) plus four (4) options (12 months, each Option)
Place of Performance: Selma Manufactured Housing Storage Site (MHSS) government facility. Facility address and specific pickup location shall be provided to the awardee.
Hours of Operation: The contractor is responsible for conducting business between the hours of 7:00 am - 3:30 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.
Services Include:
- Four (4) 8-yd dumpsters emptied once per week.
- One (1) 40-yd dumpster emptied once per month.
- Three (3) additional 8-yd and/or 40-yd dumpster pick/removal on an on-call basis per year.
- Weekly and monthly pickup schedule shall be arranged at the time of contract award with coordination with the COR to reduce administrative weekly/monthly scheduling.
- If the scheduled pickup day falls on a Federal holiday or inclement weather date, the contractor shall make an attempt to arrive the following business day or in coordination with the COR.
- The expected first 40-yd dumpster pick up is Mid-March, 2016. Subsequent pickups shall occur on regular monthly intervals.
- The four (4) 8-yd dumpsters will be picked up every Monday unless a Federal holiday or inclement weather precludes pickup.
Provisions and Clauses
The provision FAR 52.212-1 Instructions to Offerors-Commercial applies to this acquisition.
The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition.
The clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in 52.212-5 that also apply to this acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note).
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513).
52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
Other clauses that apply to this acquisition:
FAR 52.202-1; FAR 52.233-1; FAR 52.233-2; FAR 52.233-4; FAR 52.244-6;
HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006)
52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012)
FAR 52.237-2, FAR 52.242-15, FAR 52.242-17, FAR 52.246-1, FAR 52.249-4