Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2023 SAM #8045
SOLICITATION NOTICE

S -- Integrated Solid Waste Management (ISWM) Services at Naval Air Station (NAS) Pensacola, FL, NAS Whiting Field, FL and outlying areas

Notice Date
12/5/2023 3:56:00 PM
 
Notice Type
Presolicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945024Q0002
 
Archive Date
04/01/2024
 
Point of Contact
Ashley Delahay, Courtney Peterson
 
E-Mail Address
ashley.e.delahay.civ@us.navy.mil, courtney.j.peterson3.civ@us.navy.mil
(ashley.e.delahay.civ@us.navy.mil, courtney.j.peterson3.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a synopsis notice for Integrated Solid Waste Management (ISWM) services at Naval Air Station (NAS) Pensacola, Florida; NAS Whiting Field, Florida; and outlying areas supported by these installations.� NAS Pensacola includes NAS Pensacola (NASP) Main Site, Corry Station, Saufley Field, Bronson Field, and Defense Health Agency.� NAS Whiting Field outlying areas include Naval Outlying Field (NOLF) Choctaw (Santa Rosa County, FL), NOLF Site 8 (Escambia County, FL), and NOLF Barin Field (Baldwin County, AL).� � The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL� 32212. The primary point of contact is Ashley Delahay, Contract Specialist, (904) 542-6606. The proposed solicitation number is N6945024Q0002. The work includes, but is not limited to, all labor, management, supervision, tools, materials, equipment, facilities, transportation and other items necessary to perform ISWM services at NAS Pensacola, FL; NAS Whiting Field, FL; and outlying areas supported by these installations.� This requirement is performance based.� The proposed contract type is a facilities support indefinite-quantity contract. �It will be competitively procured using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services, in conjunction with FAR Part 13, Simplified Acquisition Procedures.� The primary NAICS Code for this procurement is 562111 and the annual small business size standard is $47.0M. The contract term is anticipated to be a base period of one year plus four one-year option periods, for a total contract performance period not to exceed five years (60 months).� The base period recurring work requirement will be the overall minimum guarantee.� If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under FAR clause 52.217-8 Option to Extend Services.� This contract will replace contract N6945019D1716 for similar services, awarded in 2019.� Information about the current contract and the incumbent contractor (e.g. firm name, address, etc.) will be included in the solicitation package.� Requests under the Freedom of Information Act are not required for this information. This solicitation will be advertised as a 100% small business set-aside.� The Government will only accept offers from small business concerns.� �� The solicitation utilizes evaluation procedures which require offerors to submit price and non-price information.� The Government will award to the responsible offeror whose quote conforms to the solicitation, offers the lowest price, and is the most advantageous to the Government. Offerors can view and/or download the solicitation at https://sam.gov when it becomes available. The anticipated date of solicitation issuance is on or after 15 December 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a86988ec33594ca2bbfe888f8703a6da/view)
 
Place of Performance
Address: Pensacola, FL, USA
Country: USA
 
Record
SN06902706-F 20231207/231205230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.