SOLICITATION NOTICE
S -- Refuse Collection and Disposal
- Notice Date
- 5/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R11T1025
- Response Due
- 5/31/2011
- Archive Date
- 7/30/2011
- Point of Contact
- Tejae Craig, 928-328-6903
- E-Mail Address
-
MICC Center - YPG
(tejae.craig@conus.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-11-T-1025. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 562111 with a size standard of $12.5 million dollars. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for Refuse Collection and Disposal Support Services (RCDSS). The contractor will be required to provide services in accordance with the Performance Work Statement (PWS) indicated in Attachment 2. The period of performance for this acquisition shall be for a (two weeks) phase-in period, one-year base period, and two one-year option periods. It is anticipated that the contract award and the exercise of options will be issued subject to the availability of funds. The requirement will be for a Firm Fixed Price (FFP) contract. Quotes shall conform to the CLIN structure indentified in Attachment 1. Offerors must provide the Unit Price, Total Price, and Total Extended Price for all CLIN except CLIN 0009, 0010, 1008, 1009, 2008 and 2009. It is anticipated that payment will be made by Government VISA Payment Card. Offerors shall account for any costs associated with accepting credit card payment. The government anticipates award on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award to other than the lowest offeror. Offerors must propose to perform all aspects of the PWS. Offerors will be required to submit written proposals. Evaluation Criteria are provided (FAR Provision 52.212-2) in Attachment 3. Past Performance Questionnaires indentified in Attachment 4 will be used to evaluate past performance. Offerors shall submit questionnaires of three most recent (within the past three years) and relevant (same or similar requirements) contracts. The questionnaires must be completed and submitted. This RFQ closes on Tuesday, 31 May 2011 at 12:00 Noon Mountain Standard Time (MST). Responses to the RFQ shall be submitted by the closing date indicated in the CSS, in the content, format, and copies specified in Attachment 3. RFQ responses shall be submitted in both electronic format (CD ROM) and hard copy format. A site visit will be conducted on Tuesday, 17 May 2011, 8:00 a.m. MST at the Mission Installation Contracting Command Center - Yuma, Conference Room, and Building 2364, Room 126 located on USAYPG. There will be only one question period. Questions must be submitted in writing. All questions concerning this requirement must be emailed to the POC listed below no later than Wednesday, 18 May 2011 at 11:00 a.m. MST. Reference RFQ W9124R-11-T-1025 on all inquiries. All responding vendors must be actively registered with the Central Contractor Registration (CCR) prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/(https://www.bpn.gov/ccr/default.aspx). Offerors that fail to furnish required documentation as required by FAR provisions 52.212-1(b) and addendum to 52.212-1 (Attachment 3) or reject the terms and conditions of this solicitation may be excluded from consideration. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-50, Effective 15 Apr 2011 and Defense Federal Regulation Supplement (DFARs), current to DCN 20110331 (Effective 31 Mar 2011) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. The CSS and all attachments are available at http://www.yuma.army.mil/site_contracting.asp. Attachments: Attachment 1 - CLIN Structure Attachment 2 - Performance Work Statement (PWS) Attachment 3 - Clauses & Provisions (to include FAR 52.212-1 and 52.212-2) Attachment 4 - Past Performance Questionnaires Attachment 5 - Wage Determination 2005-2027 (Rev 14) 6/15/2010 Attachment 6 - Site Visit
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/db6b00462ebac6376ecb7b0cdc92fdab)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02437407-W 20110504/110502233906-db6b00462ebac6376ecb7b0cdc92fdab (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 |