Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2011 FBO #3448
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
 
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 |
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.