Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
DOCUMENT

S -- HAZARDOUS WASTE MANAGEMENT SERVICES, JOINT BASE PEARL HARBOR-HICKAM, HAWAII - Attachment

Notice Date
5/22/2018
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274218R1801
 
Response Due
7/10/2018
 
Archive Date
9/30/2018
 
Point of Contact
Norine Horikawa 808-471-1887
 
Small Business Set-Aside
Total Small Business
 
Description
180522 Modification of Synopsis: If you are interested in attending the site visit and do not have a current DBIDS pass, please submit the attached SECNAV 5512 no later than June 08, 2018 at 10:00 a.m. HST The Navy requires a contract to provide all services necessary for the final treatment/disposal of the hazardous property listed in the schedule in accordance with all local, State, and Federal regulations, to include DoD component directives and the terms and conditions of this contract. These services shall include all necessary personnel, including applicable subcontractors, labor, analysis, transportation, packaging and equipment. All wastes, regardless of their condition, are being discarded by the Government. The contractor shall meet Department of Transportation (DOT) requirements to include packaging of the waste and will not be reimbursed separately for container or packaging costs. The contractor must also comply with all OSHA and U.S. Department of Defense safety regulations and procedures to include those of local Hawaii commands, bases and/or facilities. Pickup services to be performed primarily on Oahu, but may include Kauai, Hawaii Island and other areas within the NAVFAC Pacific AOR. The Navy anticipates a firm fixed price line item type IDIQ contract for a 12-month base period and 4 one-year option periods or $6M, whichever occurs first. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 562112, AVERAGE ANNUAL RECEIPTS OF $38.5 MILLION OVER THE PAST THREE YEARS. THIS ACQUISITION IS SET-ASIDE 100% FOR PARTICIPATION AMONGST SMALL BUSINESS FIRMS. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best value to the Government, price and technical merit considered. All technical factors, when combined, will be considered of equal importance to Past Performance. All non price evaluation factors, when combined, will be considered approximately equal to price. The non price evaluation factors are anticipated to be as follows: Factor 1, Experience of the Firm on Relevant Projects; Factor 2, Safety; Factor 3, Work Plans; and Factor 4, Past Performance on Relevant Projects. The Request for Proposal (RFP) will be available on or about June 06, 2018. Hard copies containing the RFP will not be issued. The RFP will be accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6274218R1801 after the RFP is issued. Printed copies of the RFP will not be issued. Contractors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain access to the project. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the project. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the RFP. Amendments and Notices (questions and answers) will normally be posted to the website https://www.neco.navy.mil and https://www.fbo.gov/fedteds/TDPN6274218R1801. It is highly recommended that firms register on the NECO and on the FBO website as this will be the only plan holders list available. It is the offeror ™s responsibility to check the NECO and FBO website periodically for any amendments to the solicitation. Offerors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov. A one-time pre-proposal site visit is scheduled for June 14, 2018 at 10:00 a.m. HST. This site visit is to provide Offerors with an opportunity to familiarize themselves with the project and is not for the purpose of answering questions. Offerors interested in attending the site visit must email the following information to Norine E. Horikawa at norine.horikawa@navy.mil prior to June 11, 2018. Please limit the number of attendees to two (2) per company. Company Name: Name of Visitor (First and Last Name): Phone Number: Please meet at the Pearl Harbor Pass and ID Office at 0830 on June 14, 2018 and we will sponsor you. We will have a van or bus to take you on the site visit. Please have with you at least two of the following documents to confirm citizenship: If by birth, Social Security Card, US Passport and/or State ID/Driver ™s License If by Naturalization, Certificate Number, Petition Number, Place and Court, US Passport and/or State ID/Driver ™s License All those with current DBIDS passes, please also meet at the Pass and ID Office and we will access the base together. For those without current DBIDS passes, please submit a completed SECNAV 5512, attached no later than 10:00 a.m. HST June 08, 2018. Late submissions will not be accommodated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274218R1801/listing.html)
 
Document(s)
Attachment
 
File Name: N6274218R1801_SECNAV_Form_5512-1.pdf (https://www.neco.navy.mil/synopsis_file/N6274218R1801_SECNAV_Form_5512-1.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274218R1801_SECNAV_Form_5512-1.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04930107-W 20180524/180522230709-409dcd43813fe13cfedcd4a95785c3a7 (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.