Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W15QKN-19-Q-1147
INSTRUCTIONS TO OFFERORS 1. The purpose of this solicitation is to procure refuse collection and recycling services in support of the 99th Readiness Division (RD). Refuse Collection and Recycling Serv...
INSTRUCTIONS TO OFFERORS 1. The purpose of this solicitation is to procure refuse collection and recycling services in support of the 99th Readiness Division (RD). Refuse Collection and Recycling Services, inclusive of providing a clean, environmentally safe workplace free of debris and pests, that represents the facility in its best appearance to enhance public relation and attractiveness is required at the Clarksburg United States Army Reserve Center located at Rt 2 Box 77 Meadowbrook Rd., Bridgeport, WV 26330-9730 (WV010) and at the AMSA # 102 (G) located at 6 Armory Rd., Clarksburg, WV 26301-9367 (WV009). 2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base period and four, 12-month option periods from date of contract award. 3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.sam.gov. 4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors -- Commercial Items" and FAR 52.212-1, Addendum for additional information. 5. See FAR Clause 52.212-2, "Evaluation -- Commercial Items" and FAR 52.212-2, Addendum for additional information and evaluation criteria. 6. A Site Visit is available upon request. All requests shall be submitted via email to the Contract Specialist and the Regional Facilities Operations Specialist (RFOS) listed below no later than 9:00AM EST on 24 June 2019. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 7. All questions regarding this solicitation shall be submitted via email no later than 9:00AM EST on 25 June 2019 to Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@mail.mil and Katie Lyons, Contracting Officer at Katie.J.Lyons.civ@mail.mil. The questions will be answered all at once and uploaded to the FedBizOpps posting after the question period has closed. 8. COMPLETING A QUOTE FOR SUBMITTAL a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to: Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@mail.mil and Katie Lyons, Contracting Officer at Katie.J.Lyons.civ@mail.mil. Updates to this solicitation will be posted on FedBizOpps (www.fbo.gov). The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. b. The Offerors shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. Offerors are required to submit a signed SF1449 (Blocks 30a and 30b). In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation. c. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. d. DUNS number, CAGE code, Federal TIN and any small business preference or socio economic concern (8(a) certified, HUBZone Certified, WOSB, etc.) under the applicable NAICScode 562111. 9. All services shall be performed in accordance with the Performance Work Statement (PWS). 10. All offers shall remain valid for 120 calendar days. 11. Attachment(s): Attachment 0001 - WV010 Bridgeport Refuse Site Map Attachment 0002 - WV009 Clarksburg Refuse Site Map