SOLICITATION NOTICE
S -- Trash removal from the US Embassy Tbilisi Compound
- Notice Date
- 7/7/2025 3:52:51 AM
- Notice Type
- Presolicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- U.S. EMBASSY TBILISI WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19GG8025Q0024
- Response Due
- 8/6/2025 5:00:00 AM
- Archive Date
- 12/15/2025
- Point of Contact
- Anna Kosinska, Phone: 995322277000, Tamar Jashi, Phone: 995322277172
- E-Mail Address
-
TbilisiGSOProcurement@state.gov, TbilisiGSOProcurement@state.gov
(TbilisiGSOProcurement@state.gov, TbilisiGSOProcurement@state.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- US Embassy Tbilisi invites eligible companies to submit Quotations (RFQ) for Trash Removal Services for US Embassy Tbilisi compound. The U.S. Government intends to award a contract/purchase order to the responsible company submitting an acceptable offer at the lowest price. We intend to award a contract/purchase order based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. Quotations are due by 16:00 local time (GMT+4) on August 6, 2025. No quotations will be accepted after this time. Proposals must be in English and incomplete proposals will not be accepted. Quotation must be submitted electronically to TbilisiGSOProcurement@state.gov . It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe Acrobat (pdf) file format. The file size must not exceed 30MB. If the file size should exceed the 30MB, the submission must be made in separate files and attached to separate emails with less than 30MB each. In order for a quotation to be considered, you must also complete and submit the following: 1. SF-1449 2. Section I, Pricing 3. Section 5 Representations and Certifications 4. Additional information as required in Section 3 5. Proof of SAM Registration Offerors shall be registered in the SAM (System for Award Management) database at https://www.sam.gov prior to submittal of their offer/proposal as prescribed under FAR 4.1102. Failure to be registered at time of proposal submission may deem the offeror�s proposal to be considered non-responsible and no further consideration will be given. Therefore, offerors are highly encouraged to register immediately if they are interested in submitting a response to this requirement. Brief description of services: The contractor shall provide minimum 2ea of 8m3 containers for garbage collection. The contractor shall take the container and replace with an empty one meeting the following schedule: One container� every business day from 4:00-5:00pm The second container removal under temporary additional services If a holiday falls on any of the above-mentioned workdays the work shall be performed on next working day. Replacement empty containers shall be clean and disinfected. The prices quoted shall include furnishing all labor, material, equipment, services, insurance (see FAR 52.228-4 and 52.228-5), overhead, and profit. The Government will pay the Contractor the fixed price per month for standard services. The contract will be for a one-year period effective September 1, 2025 with 4 one-year options. After the contract award and submission of acceptable insurance certificates, the Contracting Officer will issue a Notice to Proceed (NTP). The NTP will establish a date (a minimum of ten (10) days from the start date listed in Notice to Proceed unless the Contractor agrees to an earlier date) on which performance shall start. The contractor shall be responsible for removing and disposal of the garbage property at the City District Government garbage dumping stations. Temporary Additional Services are services that are defined as Standard Services but are required at times other than the normal removals. These services shall support special events at the Post. The Contractor shall provide Temporary Additional Services in addition to the scheduled services specified in this contract. The COR shall order Temporary Additional Services on an as needed basis. The COR may require the Contractor to provide Temporary Additional Services with 24-hour advance notice. Because Temporary/Additional Services are based on indefinite delivery/indefinite quantity, the minimum and maximum amounts are defined below: Minimum: The Government shall place orders totaling a minimum of 10 pick-ups. This reflects the contract minimum for the base year and each option period. Maximum: The amount of all orders shall not exceed 100 pick-ups. This reflects the contract maximum for the base year and each option period for temporary/additional services. The Contractor shall include in its next regular invoice details of the Temporary Additional Services. The Contractor shall also include a copy of the COR�s written confirmation for the Temporary Additional Services. The Contractor shall designate a representative who shall be responsible for on-site supervision of the Contractor's workforce at all times. This supervisor shall be the focal point for the Contractor and shall be the point of contact with U.S. Government personnel. The supervisor shall have sufficient English language skill to be able to communicate with members of the U.S. Government staff. The supervisor shall have supervision as his or her sole function. The vendor will be compensated monthly for the services actually performed during a month under net 30 payment terms. Contractor may submit invoices monthly for payment to be made at the end of the month for which services were provided in accordance with FAR 32.404. To constitute a proper invoice, the invoice must include the following information and/or Name and Address of the Contractor Date of invoice Unique Vendor Invoice Number Remittance Contact Information Payment Terms Description of services provided Dates services provided Total Invoice Amount Requisition Number, Contract Number and Order/Award Number, with modification number if applicable. Order line item number and information (see below instructions) The name of the contractor on the invoice must match the information indicated on the order/award Electronic funds transfer (EFT) banking information Invoice shall be submitted to TbilisiFMOVouchering@state.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fd8749480be940adae8d931a45ca1968/view)
- Place of Performance
- Address: Tbilisi, GE-TB 0132, GEO
- Zip Code: 0132
- Country: GEO
- Zip Code: 0132
- Record
- SN07499982-F 20250709/250707230045 (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 |