Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912CN-19-R-0004
****Amendment 0005, Amendment to revise quantities for CLINS X007 and extend offer due date to 19 February 2019 by 10am HSTPlease use Conformed Copy of the amendment when submitting costs/offers for C...
****Amendment 0005, Amendment to revise quantities for CLINS X007 and extend offer due date to 19 February 2019 by 10am HSTPlease use Conformed Copy of the amendment when submitting costs/offers for CLINs.Please use Conformed Copy of the amendment 0005 when submitting costs/offers for CLINs.**** ****Amendment 0004. Amendment to extend offer due date to 13 February 2019, 3:00PM HST**** ****Amendment 0003. Please use Conformed Copy of the Amendment 0003 when submitting costs/offers for CLINS. CLINS X012, X013 and X018 were revised to update information on pricing. CLINS 0021 and 0022have been revised; CLIN 0021, stenciling DPW QTY is increased by 112 from 226 to 338 each. CLIN 0022, stenciling TAMC QTY is increased by 35 from 1 to 36 each. PWS section 2.5.1.2 and 2.5.1.3 have been revised. See the highlighted text.**** ****Amendment 0002, Please use Conformed Copy of the amendment when submitting costs/offers for CLINs. Technical Exhibit 10a has also been revised to reflect updates provided in Questions and Answers.**** ****The site visit is scheduled for Thursday, 24 January 2019. All interested offerors are required to register confirming attendance no later than 23 January 2019 at 10:00 AM HST. Please see attached amendment for additional information**** This is a solicitation requesting for proposal submitted no later than 10:00am (Hawaiian Standard Time) on 11 February 2019, or earlier. 1) The Army Contracting Command, 413th Contract Support Brigade (CSB), Regional Contracting Office (RCO) Hawaii has a requirement to provide all management, tools, equipment, and labor necessary to provide solid waste management collection and disposal/recycling services. Solid Waste Management is a comprehensive approach to managing non-hazardous solid waste that encompasses green procurement, waste prevention, and disposal programs. The Contractor, partnering with the installation, shall determine and utilize the most cost effective Recycle and Solid Waste Management services, emphasizing innovation and commercial best practices, to maximize diversion. The Contractor shall dispose of all commercial, industrial, and community activity waste in accordance with (IAW) all applicable Federal, State, and local laws and regulations. 2) Background: This is a follow-on procurement for firm fixed price Contract Number W912CN-14-D-0004 awarded to Perry Management Corporation of South Dakota. 3) Contract Set aside: This action will be set aside 100% to Small Business. 4) Contract Type and Period of Performance: The Government intends to award a Firm Fixed Price (FFP) requirements contract with Period of Performance for: Base Period: 1 May 2019 - 31 Dec 2019 Option Year 1: 1 Jan 2020 - 31 Dec 2020 Option Year 2: 1 Jan 2021 - 31 Dec 2021 Option Year 3: 1 Jan 2022 - 31 Dec 2022 Option Year 4: 1 Jan 2023 - 31 Dec 2023 This acquisition will be solicited under National American Industry Classification system (NAICS) code 562111, Solid Waste Collection Services. The small business size standard is $38.5 million. 5) Interested Vendors are highly encourage to submit their proposals based on the following factors of award. Factor 1 - Technical Approach Subfactor 1 - Management & Staffing Plan Subfactor 2 - Methodology Subfactor 3 -Vehicles and Equipment Subfactor 4 - Quality Control Plan Factor 2 - Past Performance Factor 3 - Price 5) The Request for Proposal (RFP) and any/all amendments will be posted and available for viewing and downloading on Federal Business Opportunities (FBO.gov). Upon release of the RFP, potential vendors will be encouraged to submit questions and/or recommendations regarding the terms and conditions of the RFQ and/or the associated documents no later than ten duty days after this solicitation release. All timely submissions will be reviewed and the final RFQ may contain changes as a result of any input received. 6) No paper copies will be issued. When the solicitation is posted, it is incumbent upon the interested parties to review the aforementioned site regularly for any updates/amendments to this solicitation. 7) All prospective vendors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. 8) Site Visit is to be determined (TBD) and solicitation will be amended to provide site visit date and time. All interested are required to register attendance no later than specified by contacting Mr. Bronson Abrigo, Telephone: (808) 656-1053, or email at Bronson.k.abrigo.civ@mail. 10) Questions must be submitted in writing to Contract Specialist, Bronson Abrigo; Bronson.k.abrigo.civ@mail.mil or Contracting Officer, Melanie Phaniphon; Melanie.d.phaniphon.civ@mail.mil in accordance with Addendum to FAR 52.212-1. A response to questions submitted will appear as an Amendment on the Federal Business Opportunities website: https://www.fbo.gov. The deadline for submission of questions is no later than 28 January 2019 by 3:00PM HST. The Government reserves the right to not respond to questions concerning this solicitation received after the date and time specified for receipt of questions. A summary of questions received and Government responses will be provided by amendment and posted to the FBO website.