SOLICITATION NOTICE
S -- PRESOLICITATION NOTICE N4019225R9004
- Notice Date
- 3/24/2025 5:29:38 PM
- Notice Type
- Presolicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NAVFACSYSCOM MARIANAS FPO AP 96540-2937 USA
- ZIP Code
- 96540-2937
- Solicitation Number
- N4019225R9004
- Response Due
- 4/8/2025 5:00:00 AM
- Archive Date
- 03/25/2026
- Point of Contact
- Therese Chaco, Phone: 6713395280, Ursula SAN NICOLAS, Phone: 6713396751
- E-Mail Address
-
therese.a.chaco.civ@us.navy.mil, ursula.m.sannicolas.civ@us.navy.mil
(therese.a.chaco.civ@us.navy.mil, ursula.m.sannicolas.civ@us.navy.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Awardee
- null
- Description
- This is a PRESOLICITATION NOTICE FOR N4019225R9004- Tire and Wood Collection and Disposal Services at all Naval Base Guam Activities and Tenants, Various Andersen Air Force Base Activities and Other U.S. Military Activities or DOD/Federal Agencies at Various Activities/Locations, Guam, M.I. Post Date: Tuesday, March 25, 2025 Date Due: Tuesday, 08 April 2025 @ 1200 PM CLASSIFICATION: Historically Underutilized Business Zone (HUBZone) Set-AsideProduct Service Code: S205-Housekeeping-Trash/GarbageNAICS: 562111-Solid Waste CollectionPoints of Contact:Contract Specialist-Therese Chaco, 671-333-2623, therese.a.chaco.civ@us.navy.milContracting Officer-Ursula San Nicolas, 671-339-6751, ursula.m.sannicolas.civ@us.navy.mil DESCRIPTION:1. IMPORTANT NOTICE: Offerors are required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. Reference is made to DFARS Clause 252.204-700, Alternate A, Annual Representations and Certifications. Offerors are strongly recommended to review their information in SAM to be current and up to date. Failure to register in SAM makes an Offeror ineligible for award of DOD contracts. The proposed requirement is limited to Offerors eligible under the Historically Underutilized Business (HUBZone) set-aside program when designated as a certified concern in SAM or has a pending application for certification in Dynamic Small Business Search (DSBS). DSBS is available at https://dsbs.sba.gov/search/dsp_dsbs.cfm. Reference is made to FAR 19.502-1 Setting Aside Acquisitions. Offerors designated as certified in SAM or have a pending application for certification in DSBS will be considered. THE GOVERNMENT WILL ONLY ACCEPT OFFERS FROM SBA CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS OR FROM OFFERORS WITH AN ACCEPTED, IN-PROCESS APPLICATION WITH SBA FOR CERTIFICATION AS HUBZONE.Potential offerors should check System for Award Management (SAM) to verify certifications as SBA Certified Historically Underutilized Business Zone concern. To secure this certification, potential offerors shall submit their application to SBA. For more information visit, https://www.sba.gov/federal-contracting/contracting-assistance-programs/hubzone-program#program-benefits. 2. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice serves as a PRE-SOLICITATION SYNOPSIS ONLY. The solicitation will be available on or around 25 April 2025.Place of contract Performance: Various DOD activities on Guam.A sources sought notice N4019225R9004 Tire and Wood Collection and Disposal Services for this procurement was posted on 23 January 2025 through 07 February 2025 on SAM.gov followed by a market research to determine capability of small businesses to perform the requirements of providing services for tire and wood collection and disposal as posted in the sources sought. As a result of the market research analysis, a determination was made to set aside this procurement under the Historically Underutilized Zone (HUBZone) Business program. The NAVFAC Marianas small business office concurs with this decision.This requirement is to support clients that have been authorized and approved for commercial services for Tire and Wood Collection and Disposal at all Naval Base Guam Activities and Tenants, Various Andersen Air Force Base Activities and Tenants and Other U.S. Military Activities or DOD/Federal Agencies at Various Activities/Locations, Guam, M.I. The outcomes to be achieved are the provisions to provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to perform the requirement, for various Department of Defense (DOD) activities in Guam.This is a performance-based acquisition, in accordance with FAR 37.601, Performance Based Acquisition. The metrics to be used to measure the outcomes will be pre-defined performance standards. These performance standards ensure the contractor has the workforce (staffing and skills) required to adequately support the mission on Guam. These standards are used to describe the Government?s expectations of the contractor in performance of the contract. The North American Industry Classification System (NAICS) code for this procurement is 562111 Solid Waste Collection, with a small business size standard of $47 million as of SBA?s table of small size standards.3. This contract will replace a contract for similar services solicited as a HUBZone Small Business set-aside, which will expire on 30 April 2026. Award was made on 17 September 2020 as a Requirements Indefinite Delivery Indefinite Quantity (IDIQ) contract. The existing contract consists of a 12-month base period and five (5) 12-month option periods, covering the period of 01 November 2020 through 30 April 2026. The total contract value at the time of award was $5,888,817.63. To date four (4) options have been exercised with an estimated contract price of $5,338,445.83 with various task orders issued against the contract. Information about the current contract and the incumbent contractor will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. 4. The proposed Requirements IDIQ Fully Non-Recurring Work contract includes one (1) Base Period with (2) Option Periods consisting of eight (8) Ordering periods which are twelve (12) months each plus one (1) 6-month Option to Extend Services for a total contract performance period of one hundred and two (102) months. The proposed contract will include FAR clause 52.217-8, Option to Extend Services that 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 the Option to Extend Services clause. The Government will not issue a synopsis when exercising the option(s). Ordering period to follow each performance period with delivery requirements having firm fixed-price line items.5. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information for a maximum of 5 contracts, and a price (or cost) proposal for evaluation by the Government. Best value determination will be accomplished by comparing the differences in offerors? Past Performance factor (Acceptable/Unacceptable) with differences in their price to other offerors and Government Estimate. The Government intends to award a contract without conducting discussions. If discussions are needed, the Government reserves the right to hold discussions with all offerors during the pre-award process to obtain best value for the Government. Basis of Award: The contract resulting from this solicitation will be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined to be the most advantageous to the Government considering Price and Past Performance evaluation factors. Price is the overriding consideration followed by past performance. The Government shall choose the lowest priced offer with an acceptable past performance rating for award.6. The issuance date for the Request for Proposal (RFP) is 15 days or more from the date of this Pre-Solicitation Notice. Based on market research, there is a reasonable expectation that offers would be obtained from at least two (2) responsible HUBZone concerns. Based on this, the subject solicitation will be issued as a competitive set-aside. This requirement will be solicited as a 100% HUBZone set-aside. The Government will only accept offerors from this program. The RFP and any Amendments will be posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Contractors must register at the PIEE website to obtain access to the RFP documents. Instructions for registering on PIEE can be accessed via https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and can be downloaded free of charge. All prospective Offerors are encouraged to register for the solicitation when downloading from PIEE. Once registered in PIEE Solicitation Module, the contractor will be able to access authorized RFP documents. Amendments and Notices to the RFP will be posted on PIEE for downloading. This will be the primary method of distributing amendments. THEREFORE, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. PAPER COPIES OF THE RFP, SOLICITATION, AMENDMENTS, EXHIBITS, AND/OR ATTACHMENTS WILL NOT BE PROVIDED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1f5743717584ff398aaebfdb3e9c8bc/view)
- Record
- SN07382886-F 20250326/250324230041 (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 |