MODIFICATION
S -- Ft Moore Refuse / Collection
- Notice Date
- 9/26/2024 2:41:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- W6QM MICC-FT MOORE FORT MOORE GA 31905-5182 USA
- ZIP Code
- 31905-5182
- Solicitation Number
- W911SF-24-B-0004
- Response Due
- 10/28/2024 11:00:00 AM
- Archive Date
- 11/12/2024
- Point of Contact
- Christopher Kimble, Phone: 7065453080, Racheal L. Valdez, Phone: 7065457756
- E-Mail Address
-
christopher.l.kimble.civ@army.mil, racheal.l.valdez.civ@army.mil
(christopher.l.kimble.civ@army.mil, racheal.l.valdez.civ@army.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- Important Note:�This requirement will utilize NAICS Code: 562111, Solid Waste Collection. The size standard associated with this NAICS is $47 million. When creating this notice, the chosen NAICS Code is currently not available� for selection on sam.gov. Therefore,�562998 - All Other Miscellaneous Waste Management Services was utilized as a filler in the Classification Section of this notice. *See Attachment 3 - NAICS Code 562111 - Solid Waste Collection. This is a combined synopsis/solicitation for commercial services 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/Invitation for Bids (IFB); bids packages are being requested in accordance with the instructions outlined in this notice. This combined sysnopsis/solicitation (W911SF-24-R-0012) is being issued as an Invitation for Bids (IFB) utilizing a Woman Owned Small Business Set-Aside, and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-04, published April 1, 2024. Description of the Requirement: The Mission and Installation Contractiing Command (MICC) � Fort Moore has a requirement for the Department of Public Works (DPW) to provide Refuse Collection and Recycle for the Maneuver Center of Excellence (MCoE) for Fort Moore, GA. The Contractor shall furnish all labor, containers, tools, materials, equipment, transportation, and supervision to manage and perform all operations for the collection, recycling, and disposal of solid waste from Fort Moore. The mission is to provide Fort Moore and its tenants, their Soldiers, families and civilian with high quality, affordable products, and services when and where required. The services are collection and disposal of Refuse and Recycle at Fort Moore. Further details of this requirement can be found in the Performance Work Statement and additional attachment 1-2 included in this publication and will, at a minimum, include: Refuse Collection and Disposal: Collection shall be as described herein and transportation and disposal shall be at a State approved solid waste management facility off-post. All other items shall be disposed of at a State approved solid waste management facility off-post. Refuse will be collected from areas which regularly generate solid waste which include, but are not necessarily limited to: Barracks, administrative/headquarters/warehouses and other office buildings, dining facility, medical facility, training facilities, training areas, and other buildings. Facilities Collection: All refuse containers will be serviced, emptied and cleaned by the contractor to include the installation of drain plugs. Schedule of Sanitation Services: The Contractor shall plan his work to maintain an efficient collection and disposal schedule. The frequencies and days of refuse collection required by the Government shall be as set forth in this document. The Contractor shall establish regular working hours between 0700 and 1630 hrs (EST), Monday through Friday, and shall schedule all collections during such hours. The Contractor, however, is not prohibited from operating outside such regular hours when changes are approved in writing by the Contracting Officer. The Contractor shall be responsible for adhering to the approved schedule within the established frequencies and days of required refuse collectionContractor Skills list: Planning Center coordination software. If the contractor doesn't know Planning Center, they need to include in their proposal a written plan on how they are going to coordinate 800 services a year. Facilities Collections: Refuse Container Location/Count/Cleaning Frequency, shallreceive refuse collection and disposal service at the frequency indicated. The contractor shall notify the Contracting Officer and the Construction Inspection Branch immediately when a scheduled service to a facility is interrupted. Emergency Pickups: Facilities may require additional pickup beyond their regularly scheduled pickup. When this occurs, the Contracting Officer shall inform the contractor of the emergency pickup. The contractor shall have 24 hours from the time of notification by the Contracting Officer to respond to the emergency pickup. These pickups could be required during weekends and non-business hours. Emergency pickups shall include current and as ordered: 8- CY trash containers, and 20-CY roll off trash containers. Holiday Schedule: Refuse collection and disposal services shall not be performed on legal holidays but shall resume on the next regularly scheduled work day. The collection schedule shall be adjusted to provide the same number of collections if the frequency of collection is less than four per week. Workmanship: The Contractor shall assure that each collection station and adjacent area will be left free of loose waste at the end of each regularly scheduled collection. Waste placed at the collection station in sacks, cartons, cans, boxes, or uncontained, will be removed by the Contractor in the same manner and at the same time as if it were placed in the regularly provided containers. Any oversize ""Bulk Waste"", such as wood, tree limbs, furniture, concrete, appliances, etc., placed in or beside dumpsters will be removed and disposed of by the contractor. Contractor shall notify the COR for assistance if appliance and found inside or beside dumpsters. Contractor shall also insure that as a result of his collection the area surrounding the refuse collection point is clean and free of refuse (solid waste) after each collection. Each vehicle will carry a broom, yard rake and scoop to facilitate immediate pick-up of waste. Damage to, or refuse litter left around containers shall constitute unsatisfactory workmanship to be corrected immediately. The contractor shall preserve and protect all existing vegetation such as shrubs and grass. Driving on lawns is prohibited. The Contractor shall not damage overhead utility lines, underpasses, utility poles, buildings and structures. The Contractor shall be liable for and shall be required to replace or restore, at his expense, all vegetation, damage to roads, grounds, buildings, utilities, etc., that he/she damages. DELIVERY INFORMATION: Services include One 12-Month Base Period and Four 12-Month Option Periods Period of Performance: 1 December 2024 through 30 November 2029 *See Attachment 1 � SF33 IFB, W911SF-24-B-0004 SOLICITATION PROVISIONS (Provided in Attachment 2): This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov. CONTRACT CLAUSES (Provided in Attachment 2): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.gov. FOR OFFERS TO BE CONSIDERED: 1. The solicitation is issued as an Invitation for Bid (IFB). Bidders must be responsive and determined responsible in accordance with (IAW) FAR Part 9.104-1. To be considered for award, a bid must comply in all material respects with the invitation for bid. After bids are publicly opened, an award will be made to the responsible bidder whose bid, conforming and responsive to the IFB, will be most advantageous to the Government, considering only price and price-related factors. Bids shall be evaluated without discussions. 2. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation and in accordance with FAR provision 52.214-5 � Submission of Bids. Please include a completed copy of the provision FAR 52.212-3 Alt I, Offeror Representations and Certifications � Commerial Services, with your offer. Offers need to be received by MICC-Fort Moore no later than (NLT) 2:00 p.m. Eastern Standard Time (EST), Monday, 28 October 2024. Questions are to be submitted by email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil NLT 12:00 PM EST, Monday, 14 October 2024. Bid opening will be conducted on Monday, 28 October 24 at 2:00 pm EST. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to all documents.�*See Attachment 1 � SF33 IFB, W911SF-24-B-0004 - BID INSTRUCTIONS 3. Bids shall be submitted via sealed parcel packaging (with markings identifying the bidder) so that they will be received in the Contracting Office designated below no later than the exact time set for opening of bids. Bids should be filled out, executed, and submitted in accordance with the instructions in the invitation, SF33 IFB, W911SF-24-B-0004. All responsive bids from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) under 562111, Solid Waste Collection, prior to submitting proposals, will not be considered. Vendors may register with SAM by going to www.sam.gov. Contracting Office Address: MICC-Fort Moore, 6650 Meloy Drive, Suite 250, Fort Moore, GA 31905 Point of Contact: Christopher Kimble, Email: christopher.l.kimble.civ@army.mil, 706-545-3080 or Ms. Racheal Valdez, Email: racheal.l.valdez.civ@army.mil, 706-545-7756. List of Attachments: Attachment 1 � Performance Work Statement (PWS) Attachment 2 � SF33 IFB, W911SF-24-B-0004
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b67a66eadb2f4fec8adefe6e7e726323/view)
- Place of Performance
- Address: Fort Moore, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN07225812-F 20240928/240926230115 (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 |