Refuse & Recycle Services
RFP #N4008521R0147, REFUSE COLLECTION & DISPOSAL & RECYCLING SERVICES AT NAVAL SUPPORT ACTIVITY (NSA), CRANE AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE IN... RFP #N4008521R0147, REFUSE COLLECTION & DISPOSAL & RECYCLING SERVICES AT NAVAL SUPPORT ACTIVITY (NSA), CRANE AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITES: https://sam.gov. The official plan holders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR’S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Debbie Dills via e-mail at debbie.dills@navy.mil. It is the Government’s intent to utilize the contract resulting from this solicitation to accomplish Refuse Collection & Disposal & Recycling Services. The resulting contract will be an Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with recurring and non-recurring work requirements for refuse & recycling services at the Naval Support Activity, Crane, Indiana and Glendora Test Facility, Sullivan, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, (including dumpsters and roll-off containers featuring company logo), tools, transportation, incidental engineering, vehicles, facilities, ,utilities, supervision and management required for the execution of collection, processing and disposal of the refuse and recycling services in accordance with all applicable federal, state, and local laws, and regulations. This solicitation will include collection/processing and sale of recyclable waste from NSA Crane, Indiana but will NOT include collection/processing and sale of recyclable waste from Glendora Test Facility at Sullivan, Indiana. The NAICS Code for this solicitation is 562119, Other Waste Collection. The Small Business Size Standard is $41,500,000.00. Low Price-Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals. Technical evaluation factors will be identified in the solicitation package and may include but are not limited to past performance, experience, and safety. The term of the contract would be for a base period of twelve (12) months and four (4), twelve (12) month option periods to be exercised at the Government’s discretion. This contract will replace a contract for similar services awarded in August 2016. Orders totaling $3,117,772.00 were placed during the contract term. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. A sources sought notice (N4008521R0147) for this procurement was posted on 17 December 2020 for responses from 8(a) firms in Region V; Service Disabled Veteran Owned Business; Hub Zone concerns, Women Owned Small Business, Economically Disadvantaged Women Owned Small Business and Small Businesses on the betaSAM.gov website. A market research survey was conducted. This included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to issue this solicitation as an unrestricted basis inviting full and open competition. The Small Business Administration and the NAVFAC Mid-Atlantic small business office concurs with this decision. Large business concerns are required to submit a subcontracting plan with the proposal and prior to award of the contract. Approximate release date is 18 June 2021 with proposals due no earlier than 30 calendar days after the actual release date. . 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 free download via: https://sam.gov. All offerors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b) (1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered. Contractors are required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE PROPOSAL DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. The website address for the SAM database is: https://sam.gov. Note: Registration in SAM is Free.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Refuse & Recycle Services
PROJECT TITLE READS: 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, SPECIFI... PROJECT TITLE READS: 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 N4008521R0147. The Naval Facilities Engineering Systems Command, Mid-Atlantic, PWD Crane, is currently seeking potential sources for an Indefinite-delivery/indefinite-quantity type contract with recurring and non-recurring services for 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 (located approximately 45 miles northwest of NSA Crane in Sullivan County, Indiana.) The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, (including dumpsters and roll-off containers featuring company logo), tools, transportation, incidental engineering, vehicles, facilities, ,utilities, supervision and management required for the execution of collection, processing and disposal of the refuse and recycling services in accordance with all applicable federal, state, and local laws, and regulations. This solicitation will include collection/processing and sale of recyclable waste from NSA Crane, Indiana but will NOT include collection/processing and sale of recyclable waste from Glendora Test Facility at Sullivan, Indiana. The accomplishment of this work will be through the use of an Indefinite Delivery-Indefinite Quantity (IDIQ) contract with recurring and non-recurring services. The term of the contract will be a 12-month base period with four 12-month option periods. Performance will start on 01 September 2021. The contractor shall provide all dumpsters, roll-off containers, or other disposal equipment deemed necessary to complete all recurring and non-recurring refuse and recycling services. Recurring refuse collection/disposal services are required at approximately 190 locations at NSA Crane and two (2) locations at the Glendora Test Facility for an average yearly total of 2,800 tons. Locations at NSA Crane will include up to approximately 40 roll-off container services per month for refuse disposal. Recurring recycling collection/processing services are required in Contractor furnished containers at approximately 60 locations at NSA Crane for an average yearly total of 700 tons. Recyclable materials to be picked-up include paper, cardboard, plastic bottles, aluminum cans, scrap wood, and scrap metal. Roughly 45 recyclables roll-off container services per month should be expected for items including approximately 35 recurring monthly scrap wood collections as well as non-recurring scrap metal and cardboard collection. The Contractor shall process and sell all the recyclable materials and retain 100 percent of the revenue. The Government will pay all costs associated with pick-up, processing, and sorting of the materials not covered by the revenue generated from the sale of the recyclables. Non-recurring services include collection and disposal services not included in the above recurring work requirements which may require additional dumpsters, roll-off containers, or other disposal equipment as deemed necessary to complete the work requirement. This solicitation will NOT include the removal of waste from the interior of individual buildings or hazardous waste disposal. 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 $38,500,000.00. 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 May 01, 2021 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.beta.sam.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: https://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to debbie.dills@navy.mil. Responses may be submitted under Solicitation Number N4008521R0147 via e-mail to: debbie.dills@navy.mil or hand-deliver to NAVFACSYSCOM Mid-Atlantic PWD Crane, Attention: Debbie Dills, 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 13 January 2021.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »