Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2017 FBO #5521
SOLICITATION NOTICE

S -- Operate Refuse Transfer Station, Collection/Disposal of Refuse and Coal Ash

Notice Date
1/2/2017
 
Notice Type
Presolicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Cherry Point PCS Box 8006 CGMAS Cherry Point Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
N4008517R0003
 
Point of Contact
Kimberly Lacy 252-466-4751 Ericka Bishop 252-466-4750
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this Pre-Solicitation Synopsis is to notify potential offerors of the upcoming Request for Proposals (RFP) for: Operate Refuse Transfer Station, Collection/Disposal of Refuse and Coal Ash at Marine Corps Air Station, Cherry Point, North Carolina, and Outlying Field Bogue, North Carolina. The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, and transportation necessary to operate Government provided refuse transfer station, removal and disposal of coal ash from the heat plant, accepting refuse and treated/painted wood contaminated with chemicals or coatings from the Contractor provided dumpsters at various locations and at a central transfer collection point during normal working hours. Normal working hours are Monday through Friday excluding federal holidays between the hours of 7:00 am to 3:30 pm. The contractor shall be responsible for providing weekly work that includes disposal of all refuse delivered to the collection point except white goods (appliances), brown goods (furniture), tires and batteries. Refuse does include miscellaneous unpainted wood and contaminated debris (metal, construction debris, etc.). Contractor will be required to provide tractor trailers and a frontend loader to complete the work. The contractor must comply with Environmental Laws and Regulations. All work shall comply with the most current laws, acts, ordinances, rules and regulations of all Federal, State, Regional and Local authorities applicable to the operation of the refuse transfer and collection/disposal of refuse. All work shall be accomplished with adequate controls and review procedures to eliminate conflicts, errors, and omissions. The solicitation Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) will be issued in accordance with the most recent Federal Acquisition Circular 2005-92 and DFARS Publication Notice (DPN) 20161104. The procurement method to be utilized is FAR Part 15 “ Source Selection, Lowest Price Technically Acceptable. The solicitation will utilize source selection procedures which require offerors to submit information such as: price (proposal cost), corporate experience (narrative of work experience doing the required work), past performance (written statements verified by client/customer as to how well the contractor performed the work) in their proposal for evaluation by the Government, and insurance safety ratings. The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with both recurring and non-recurring services. The period of performance will include with a base period of nine-months plus four (4) twelve month option periods. The total term of the contract, including all options, will not exceed fifty-seven (57) months. The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause (FAR 52.217-8). In either case, the Government will not synopsize the options when exercised. If work is determined by the Contracting Officer to be beyond the scope of the recurring/FFP portion of this contract, it will be issued under the IDIQ schedule. Labor, material and equipment required for this work will be based on the Schedule of IDIQ Work Exhibit Line Items Number (ELIN). The North American Industry Classification System (NAICS) Code for this procurement is 562111, Solid Waste Collection annual size standard is $38.5 million. The contractor must be registered with NAICS code 562111 in SAM under FAR Clause 52.212-3 (Reps and Certs), this will be verified. Market research was conducted, which included a search of SBA ™s dynamic small business search (DSBS). Seven potential 8(a) businesses in North Carolina were found. The U.S. Small Business Administration accepted this procurement on 15 December 2016. It has been determined that competition will be limited to 8(a) firms located within North Carolina and other 8(a) firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. Joint Venture Agreements - Joint Ventures are allowable on competitive 8(a) set-asides, however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise, in writing, your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal date. The contract will replace a FFP/IDIQ contract for the services awarded in 2013 for $3,360,120.00 for four (4) years. The present contract is N40085-13-D-2408 expiring 31 March 2017. The incumbent contractor is BMAKK Corporation, 3000 S. 25th Street, Suite 223, Omaha, Nebraska. Offerors can view and/or download the solicitation, and any attachments, at www.fedbizopps.gov/ and/or https://www.neco.navy.mil/ when it becomes available. Contractors are encouraged to register for the solicitation when downloading from the FedBizOpps website. Only registered contractors will be notified by E-mail when amendments to the solicitation are issued (acknowledgement of amendments required “ a signed copy of all amendments must accompany contractor ™s proposal). The solicitation will be available on or about 18 January 2017. The solicitation will be available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Please direct questions to Kimberly C. Lacy at kimberly.c.lacy@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CP/N4008517R0003/listing.html)
 
Record
SN04361426-W 20170104/170102233113-ac344a6c2c8c5ee498b711e25f56b6cd (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.