Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2024 SAM #8384
MODIFICATION

S -- NIOSH Morgantown WV Waste Removal and Recycling Services

Notice Date
11/8/2024 7:45:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
75D30125Q00047
 
Response Due
12/9/2024 11:00:00 AM
 
Archive Date
12/24/2024
 
Point of Contact
Joseph Butkus, Mark Draluck
 
E-Mail Address
jbutkus@cdc.gov, mdraluck@cdc.gov
(jbutkus@cdc.gov, mdraluck@cdc.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is 75D30125Q00047 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention (CDC) intends to award a firm-fixed-price contract for municipal waste and recycling disposal services at the CDC National Institute of Safety and Health (NIOSH) Morgantown, WV as detailed in the attached Performance Work Statement (PWS). This contract will have a period of performance of one base year and four one-year option periods as follows, Base Period: 2/1/2025 to 1/31/2026 Option Period One: 2/1/2026 to 1/31/2027 Option Period Two: 2/1/2027 to 1/31/2028 Option Period Three: 2/1/2028 to 1/31/2029 Option Period Four: 2/1/2029 to 1/31/2030 Offerors shall submit a technical proposal, not to exceed four pages, that demonstrates their ability to meet all requirements identified in the PWS. Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience, and will base its evaluation on the information presented in the offeror�s proposal. The offeror�s price proposal shall include pricing for the base year and all option years shown in the attached pricing table. Failure to price all line items may make the proposal ineligible for award. The Government will evaluate offerors� proposed price by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Each option period will be evaluated as shown above for the base period with the price analysis conducted in accordance with FAR 13.106-3(a). As part of price evaluation, the Government will evaluate its option to extend services (FAR Clauses 52.217-8 � Option to Extend Services) by adding � of the Offeror�s final option period prices to the Offeror�s total price. Offerors are required only to price the base, 1st, 2nd, 3rd, and 4th option periods. Offerors shall not submit a price for the potential on-half year extension of services period. The quote format is at the discretion of the offeror. Specific place of performance information is provided in the PWS. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://acquisition.gov. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-07 (Sep 30, 2024). This acquisition is set aside for Small Business under North American Industry Classification System (NAICS) code 562211 and small business size standard of $47 million. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220. Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov. The government anticipates selecting the best- suited offeror from initial responses, without engaging in exchanges with offerors. Offerors are strongly encouraged to submit their best technical solutions and price in response to this RFP. Once the government determines the offeror that is the best-suited (i.e., the apparent successful contractor), the government reserves the right to communicate with only that offeror to address any remaining issues, if necessary, and finalize a purchase order with that offeror. These issues may include technical and price. If the parties cannot successfully address any remaining issues, the Government reserves the right to communicate with the next best-suited offeror based on the original analysis. Award will be made to the lowest priced technically acceptable offeror whose proposal demonstrates the ability to perform the tasks listed in Section 3 of the PWS. No telephonic quotes will be processed. All responses must be received no later than 2:00pm Eastern Standard Time on Dec 9, 2024. Any questions must be received no later than 2:00pm Eastern Standard Time on Nov 20, 2024. Please send any questions and quotes to Joseph Butkus at jbutkus@cdc.gov. The incumbent contractor is RGL Inc., contract #75D30120P07307, with a total value including all options of $149,288. Attachments: 1. Performance Work Statement 2. Pricing Table 3. Clauses and Provisions 4. Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a0a2742b15e4026ac3594e51e3ba1fb/view)
 
Place of Performance
Address: Morgantown, WV 26505, USA
Zip Code: 26505
Country: USA
 
Record
SN07260749-F 20241110/241108230100 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.