Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2015 FBO #5145
MODIFICATION

S -- REVISED PROJECT TITLE READS MANAGEMENT AND EXECUTION OF REFUSE COLLECTION AND DISPOSAL SERVICES AND RECYCLING SERVICES

Notice Date
12/23/2015
 
Notice Type
Modification/Amendment
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008516R2806
 
Response Due
12/31/2015
 
Archive Date
1/15/2016
 
Point of Contact
ANNETTE TAYLOR 812-854-2673 CARRIE GRIMARD
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
REVISED PROJECT TITLE READS: MANAGEMENT AND EXECUTION OF REFUSE COLLECTION AND DISPOSAL SERVICES AND RECYCLING SERVICES THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The intent of this notice is to identify potential offerors to determine if the solicitation will be set-aside and the applicable set-aside. The Solicitation Number for this announcement is N40085-16-R-2806. The Naval Facilities Engineering Command, MidLant, PWD Crane, is currently seeking potential sources for a Firm Fixed/Indefinite-delivery/indefinite-quantity type contract to provide for the MANAGEMENT AND EXECUTION OF REFUSE COLLECTION AND DISPOSAL SERVICES AND RECYCLING SERVICES. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility at Sullivan Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with the management of the refuse collection and disposal services in accordance with all applicable federal, state, and local laws, and regulations. The requirements for refuse collection/disposal services are required at approximately 200 locations at NSA Crane and 2 locations at the Glendora Test Facility. All dumpsters are 8 yard dumpsters and are contractor furnished. Contractor furnished 30 yard roll-off dumpsters may be required. Also included in the solicitation will be all work associated with recycling services in accordance with all applicable federal, state, and local laws, and regulations. Services required are the management and pick-up of recyclable materials in contractor furnished front load 6 and 8 cubic yard containers at approximately 45-50 locations on center. Recyclable materials to be picked-up include paper, cardboard, plastic bottles, and aluminum cans. In addition, the contractor shall be required to provide and pick up 4-30 yard and 1-40 cubic yard bulk containers, 2 which are primarily metal recyclable waste. The contractor shall process and sell all the recyclable materials and return 100 percent of the revenue to the Government. The Government will pay all costs associated with pick-up, processing, and sorting of the materials. Services not provided for will be for hazardous waste disposal, and collection and disposal of scrap metal. At the government discretion, the contractor may be required to provide dumpsters, roll off containers, or other disposal equipment as deemed necessary to complete the work requirement. All contractor provided dumpsters will have the company logo, toll free service number, and notice to contact for services. Low Price-Technically Acceptable simplified acquisition selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. The term of the contract will be a base period of twelve months and four (4) one-year option periods to be exercised at the Government s discretion. The NAICS Code for this solicitation is 562119, Other Waste Collection. The Small Business Size Standard is $12,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of labor. Sources are sought from 8a firms with a bonafide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices, Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Woman Owned Small Business concerns (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), or small business concerns. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, EDWOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB,, HUBZone concern, WOSB, EDWOSB,, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HubZone concerns, WOSB, EDWOSB, and small businesses shall indicate their interest to the contracting Officer in writing. As a minimum the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern, WOSB concern, or EDWOSB concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract, (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.), Anticipate the solicitation will be released on or about January 30, 2015 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor@navy.mil. Responses may be submitted under Solicitation Number N40085-16-R-2806 via e-mail to: annette.taylor@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on December 31, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec6bcbcb2804830cd272d37164a029f6)
 
Place of Performance
Address: 300 HIGHWAY 361, CRANE, IN
Zip Code: 47522
 
Record
SN03977775-W 20151225/151223234740-ec6bcbcb2804830cd272d37164a029f6 (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 |
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.