SOLICITATION NOTICE
S -- Integrated Solid Waste Management (ISWM) services at Naval Air Station Corpus Christi; Naval Air Station Kingsville; Naval Air Auxiliary Landing Field Cabaniss; and Naval Air Auxiliary Landing Field Waldron, Texas
- Notice Date
- 3/18/2020 11:31:07 AM
- Notice Type
- Presolicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945020Q2809
- Archive Date
- 04/18/2020
- Point of Contact
- Courtney Peterson, Phone: 9045428815, Rebecca Jones, Phone: 9045423870
- E-Mail Address
-
courtney.j.peterson@navy.mil, rebecca.m.jones@navy.mil
(courtney.j.peterson@navy.mil, rebecca.m.jones@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a synopsis notice for Integrated Solid Waste Management (ISWM) services at Naval Air Station Corpus Christi; Naval Air Station Kingsville; Naval Air Auxiliary Landing Field Cabaniss; and Naval Air Auxiliary Landing Field Waldron, Texas.� The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL� 32212. The primary point of contact is Courtney Peterson, Contract Specialist, (904) 542-8815. The proposed solicitation number is N6945020Q2809. The work includes, but is not limited to, all labor, management, supervision, tools, materials, equipment, facilities, transportation and other items necessary to perform ISWM services at Naval Air Station Corpus Christi; Naval Air Station Kingsville; Naval Air Auxiliary Landing Field Cabaniss; and Naval Air Auxiliary Landing Field Waldron, Texas.� The proposed contract type is a facilities support indefinite-quantity purchase order. �It will be competitively procured using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 13, Simplified Acquisition Procedures.� The primary NAICS Code for this procurement is 562111 and the annual small business size standard is $41.5M. This purchase order is anticipated to have a one-year base period plus four one-year option periods, for a total performance period not to exceed five years (60 months).� The base period recurring work requirement will be the overall minimum guarantee.� In addition, if the Government requires continued performance of any services within the limits of the purchase order, FAR 52.217-8, Option to Extend Services, may be exercised to extend performance for a period not to exceed six months. This purchase order will replace contract N69450-15-D-2121 for similar services, awarded in 2015.� Information about the current contract and the incumbent contractor (e.g. firm name, address, etc.) will be included in the solicitation package.� Requests under the Freedom of Information Act are not required for this information. This solicitation will be advertised as a 100% small business set-aside.� The Government will only accept offers from small business concerns.� �� The solicitation utilizes evaluation procedures which require offerors to submit price and non-price information.� The Government will award to the responsible offeror whose quote conforms to the solicitation, offers the lowest price, and is the most advantageous to the Government. Offerors can view and/or download the solicitation at https://beta.sam.gov/ when it becomes available. The anticipated date of solicitation issuance is on or after 3 April 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ac30905a37234c47a3a2f6f7c04771fd/view)
- Place of Performance
- Address: USA
- Country: USA
- Record
- SN05593011-F 20200320/200318230219 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |