SOLICITATION NOTICE
S -- Refuse Collection -- Clinton Lake, KS
- Notice Date
- 11/24/2014
- Notice Type
- Presolicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-15-R-1010
- Response Due
- 1/8/2015
- Archive Date
- 2/7/2015
- Point of Contact
- Jonathan Hankin, 816-389-3900
- E-Mail Address
-
USACE District, Kansas City
(jonathan.s.hankin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for Commercial Refuse Collection Services, located at Clinton Lake Project, Lawrence, KS The work includes furnishing all personnel, equipment, labor, supplies, and services to provide, place, empty, clean/or repaint refuse containers located at Clinton Lake. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. This action is expected to have one base year and four option years. If the price schedule is changed after release of the solicitation, the solicitation will be amended accordingly. This solicitation will be issues as a Request for Proposal (RFP) which will result in the award of a single firm fixed price (FFP) service contract. The estimated of performance is one base year, from 1 April 2015 to 31 March 2016, with four option years ending on 31 March 2020. The solicitation will be available on or about Tuesday, December 9, 2014 and proposals will be due on or about Thursday, January 8, 2014. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 13 and award will be made to the Best Value offeror, based on Price, Past Performance, and Experience. The North American Industry Classification System (NAICS) Code for this project is 562111, with a size standard of $38,500,000. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. THIS SOLICITATION WILL BE UNRESTRICTED - - - Therefore, this project is open to both large and small business, and proposals for all responsible sources will be considered by the agency. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Prior to submitting offers, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. The point-of-contact for questions is Jonathan S. Hankin. Phone: (816)389-3900, email: Jonathan.S.Hankin@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-15-R-1010/listing.html)
- Place of Performance
- Address: Clinton Lake - USACE 872 N 1402 Rd Lawrence KS
- Zip Code: 66049
- Zip Code: 66049
- Record
- SN03580540-W 20141126/141124234346-c18db13aa858930c55a880c3c5025432 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |