Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOLICITATION NOTICE

S -- Solid Waste Management

Notice Date
4/8/2025 3:57:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R25QA0002
 
Response Due
5/13/2025 11:00:00 AM
 
Archive Date
05/28/2025
 
Point of Contact
Damaris Castillo, Phone: 9283282845, Amanda Ramirez, Phone: 9283284146
 
E-Mail Address
damaris.i.castillo.civ@army.mil, amanda.m.ramirez24.civ@army.mil
(damaris.i.castillo.civ@army.mil, amanda.m.ramirez24.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR QUOTE (RFQ) The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting a quote for is to provide solid waste removal and providing dumpsters and roll off receptables throughout USAYPG. The Contractor shall perform Solid Waste Management services in accordance with the Performance Work Statement (PWS) and the technical exhibits. This will result in a non-personal services contract. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform all solid waste management service tasks and frequencies as described and defined in the PWS, Part 5 Specific Tasks and Technical Exhibit - 4, Routine & Periodic Services, except for those items specified as government furnished property and government furnished services). This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined solicitation for commercial items, as supplemented with additional information included in this notice. This requirement is a commercial item acquisition in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. Request for Quotes (RFQs) are being requested and a written solicitation will not be issued. Quotations are being requested for solicitation no. W9124R-25-Q-A002. This solicitation will result in a single-award, Firm Fixed Price Contract Line-Item Number (CLINs) contract. This requirement is being solicited as a 100 percent small business set-aside. The North American Industry Classification Systems (NAICS) Code is 562111 � Solid Waste Collection with a size standard of $47M. NAICS code 562111 was selected as it comprises of establishments primarily engaged in one or more of the following: (1) collecting and/or hauling nonhazardous solid waste (i.e., garbage) within local area; (2) operating nonhazardous solid waste transfer stations; and (3) collecting and/or hauling mixed recyclable materials within local area. DESCRIPTION OF SERVICE: Services include: o Scheduled solid waste collection and diversion/disposal, and maintenance services (for all specified collection stations and equipment). o Special Event Support. o As Ordered / Requested Tasks. o Transportation/disposal of non-hazardous contaminated soil. Services do NOT include: o Collection of any type of waste other than non-hazardous solid waste, recyclables, and waste for fuel. The period of performance including all options is: Phase In/Phase Out: 01 August 2025 � 31 August 2025 Base Period: 01 September 2025 � 31 July 2026 Option Period 1: 01 August 2026 � 31 July 2027 Option Period 2: 01 August 2027 � 31 July 2028 Option Period 3: 01 August 2028 � 31 July 2029 Option Period 4: 01 August 2029 � 31 July 2030 Offeror that fails to furnish required representation or technical information as required by Federal Acquisition provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), whereby Technical Capability is the primary factor in accordance with technical requirements in the PWS, and Lowest Price is the secondary factor when the proposal meets the acceptability standards identified. The Offeror is required to furnish the Project Manager (PM) resume demonstrating a minimum of two (2) years of documented experience of relative Solid Waste Management service and scheduling of workflow in accordance with (IAW) PWS Section 1.7.8.5.1. As well the Offeror is required to provide the Quality Control Manager (QCM) resume demonstrating a minimum of two (2) years of documented relative Solid Waste Management services experience and shall be responsible for the overall management and implementation of the Contractor's Quality Control Plan IAW PWS Section 1.7.8.5.2. More information on the resumes is located in Attachment 1 - PWS under PWS Section 1.7.8.5, Key Personnel. Offer is required to provide technical literature which will be evaluated for technical acceptability. Provide pricing for each type of service order located in Attachment 2 - Solid Waste Service Orders - Pricing Schedule Sheet. Offers shall not exceed the base and option year CLINs set amount. Offerors are not required to quote an overall cost when submitting proposals. Tradeoffs are not permitted. An award will be made on an all-or-nothing basis. As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required to price the base period to include all option-year CLIN. Offerors shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise FAR clause 52.217-8, the extension of services, at the end of any performance period (base or option-year CLINs). The quote shall include transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Transportation (if applicable) shall be incorporated into your quoted price. Payment will be made through Wide Area Workflow. Delivery shall be made to USAYPG, AZ 85365-9498 with F.O.B (Freight on Board) Destination in accordance with FAR 52.247-34. Payment will be made through Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR 2025-03 effective 17 January 2025 and DFARS Change 01/17/2025 effective 17 January 2025. Offeror is required to complete FAR clause 52.212-3 in full text in Attachment 5 - W9124R-25-Q-A0002 � SF 1449. All questions shall be emailed with the attached Attachment 3 � Questions and Answers Log to Ms. Damaris Castillo, Contract Specialist, by phone at (928) 328-2845 or by email at damaris.i.castillo.civ@army.mil or Ms. Amanda M. Ramirez, Contracting Officer, by phone at (928) 328-4146 or by email at amanda.m.ramirez24.civ@army.mil by 11:00 AM Mountain Time no later than 18 April 2025. This solicitation closes on Tuesday, 13 May 2025 at 12:00 pm (noon) Mountain Standard Time (MST). Electronic quotations are acceptable and must be received on or before the closing date and time of this solicitation. Quotes are required to be sent by e-mail to the point of contact specified in this solicitation. You must include reference to RFQ W9124R-25-Q-A002 in the subject line. Attachments: Attachment 1 � PWS Attachment 2 - Solid Waste Service Orders - Pricing Schedule Sheet Attachment 3 � Questions and Answers Log Attachment 4 - Service Contract Act WD 2015-5475 Rev.24 Attachment 5 - W9124R-25-Q-A0002 � SF 1449 TE-1 YPG Collection Sites Map TE-2 Collection Sites Data TE-3 Historical Workload TE-4 Routine and Periodic Services TE-5 Service Order Zones
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/675cf707e68b4ad2a0253b85a6576f8d/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07400959-F 20250410/250408230049 (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.