SOLICITATION NOTICE
S -- Regional Refuse Collection, Disposal and Recycling Services
- Notice Date
- 5/6/2022 12:21:08 PM
- Notice Type
- Presolicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008522R2633
- Response Due
- 5/20/2022 11:00:00 AM
- Archive Date
- 07/31/2022
- Point of Contact
- SUSAN C. ROBERTS, Phone: 7573410091
- E-Mail Address
-
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- � � � � � � � � � � � � PRE-SOLICITATION NOTICE��N40085-22-R-2633 This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) with Recurring and Non-Recurring for Regional Refuse Collection Services at Naval Station Norfolk, Joint Expeditionary Base (JEB) Little Creek-Fort Story, Norfolk Naval Shipyard, Naval Air Station Oceana, Naval Weapons Station Yorktown, Cheatham Annex, Dam Neck Annex, Craney Island, Fort Story, Fentress and the Armed Forces Staff College. General Work Requirements: The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to perform refuse collection, disposal and recycling at the aforementioned sites. The intent of 1503030 - Integrated Solid Waste Management contract requirements includes the relocation of containers, street sweeping, cleaning of grounds and streets, delivery of asbestos, gas cylinders, cardboard, refrigerant recovery, the collection of residential, commercial, bulky item waste, industrial solid wastes, foreign port origin waste, sandblast waste, waste wood disposal, and waste tires disposal, and other services to be described in the Request for Proposal. The work identified is to be provided by means of a Facility Support, Indefinite Delivery/ Indefinite Quantity (IDIQ), performance-based contract with recurring and non-recurring services. Source Selection procedures will be used to select the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor1� Technical Approach/Management, Factor 2� Recent/Relevant Experience of the Firm, Factor 3 � Safety and Factor 4 � Past Performance.� Factor 2 Recent, Relevant Experience of the Firm and Factor 4 Past Performance: The offeror shall submit projects that are similar in size, scope and complexity to the solicitation.� Size:� An Integrated Solid Waste Management Services contract with a yearly value of at least $4,000,000.00 for recurring services.� Non-Recurring values for infrequent work will not be considered similar in size. Scope: �Demonstrate the ability to provide all labor, management, supervision, tools, materials, equipment and other items necessary to provide refuse collection, disposal and recycling services to ensure refuse and recyclables are properly collected and disposed. In addition to providing the collection of residential, commercial, bulky item waste, industrial solid wastes, foreign port origin waste, Sandblast Waste, Waste Wood Disposal, and Waste Tires Disposal. Complexity:� Demonstrate the ability to simultaneously perform refuse collection, disposal and recycling services for various locations and buildings throughout the installation and supporting annexes; and manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months.� The contract will be for a base period with four, one-year option periods, and one 6 month option period extension per FAR Clause 52.217-8 (if required) which, cumulatively, will not exceed sixty-six (66) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required ���along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) code is 562111, the size standard is $41.5 million.� The proposed requirement will be listed as a competitive Total Small-Business Set-aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.GOV website around 20 May 2022. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Susan C. Roberts (susan.roberts2@navy.mil) 10 days prior to the RFP due date.� The site address is https://sam.gov. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM.GOV website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at: https://sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f985a6914dae4127856db153c6e3076e/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06319819-F 20220508/220506230055 (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 |