SOLICITATION NOTICE
S -- Integrated Solid Waste Management (ISWM) Services for Naval Air Station (NAS) Corpus Christi, Texas; NAS Kingsville, Texas; Naval Air Auxiliary Landing Field (NALF) Waldron, Texas and outlying areas
- Notice Date
- 4/22/2025 1:33:13 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
- N6945025Q0002
- Response Due
- 4/23/2025 11:00:00 AM
- Archive Date
- 05/08/2025
- Point of Contact
- Cory Iselin, Rebecca Jones, Phone: 9045024575
- E-Mail Address
-
cory.s.iselin.civ@us.navy.mil, rebecca.m.jones75.civ@us.navy.mil
(cory.s.iselin.civ@us.navy.mil, rebecca.m.jones75.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 for Naval Air Station (NAS) Corpus Christi, Texas; NAS Kingsville, Texas; Naval Air Auxiliary Landing Field (NALF) Waldron, Texas and outlying areas, hereby referred to as the South Texas area. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary points of contact are Cory Iselin cory.s.iselin.civ@us.navy.mil and Rebecca Jones, rebecca.m.jones75.civ@us.navy.mil. The proposed solicitation number is N69450-25-Q-0002. This requirement includes, all labor, supervision, management, materials, tools, equipment, facilities, transportation, and other items necessary to perform: ISWM Services in the South Texas area. This requirement is performance based. The proposed contract type is a single award facilities support indefinite-quantity contract with recurring work (firm-fixed price) and non-recurring work (indefinite delivery, indefinite quantity) contract line item numbers (CLINS). It will be competitively procured using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, 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 dollars. 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. The base year 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 Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. These services are currently being performed under contract N69450-20-D-0059, awarded in 2020. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The proposed solicitation will be issued as a total small business set-aside. The Government will only accept offers from small business firms. 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, and any attachments, at https://sam.gov under �contract opportunities� when it becomes available. The anticipated date of RFQ issuance is on or after 23 April 2025. UPDATE: Site Visit Information: The site visit is tentatively scheduled to start at 8:30 EDT on Tuesday, 6 May 2025. All contractors will meet onboard Naval Air Station (NAS) Corpus Christi, TX. All offerors are cautioned that dates may change. The Government will provide finalized site visit information in the Request for Quote. For NAS Corpus Christi, TX Base Access: All contractors must comply with the completion and submission of the Department of the Navy Local Population ID Card/Base Access Pass Registration, SECNAV 5512/1 form to gain access to the location for the site visit (Attachment N6945025Q0002_SECNAV5512.pdf). The form must be completed and submitted to Cory Iselin at: cory.s.iselin.civ@us.navy.mil with a copy to Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil by 2:00PM EDT, on Monday 28 April 2025. NOTE: The Government will complete Block 24 on Page 1 of the SECNAV 5512/1 Form. For NAS Kingsville, TX Base Access: All contractors must scan the QR code on the Attachment N6945025Q0002_Pre-Enroll_QR_CONUS.pdf and complete the pre-enrollment form and email to kngv-pass_tag@us.navy.mil with a copy to Cory Iselin at: cory.s.iselin.civ@us.navy.mil and Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil by 2:00PM EDT, on Monday 28 April 2025. Note: Provide: Input Rene Trevino (email rene.l.trevino.civ@us.navy.mil / phone 361.516.6054) as BASE SPONSOR. Only cleared contractors will be allowed to participate in the site visit. Each contractor is limited to three (3) participants. Should special accommodations such as handicapped bus/van access be required to attend the site visit, provide a ""Request for Special Accommodations"" letter identifying what specific accommodations are needed and how many individuals require these accommodations. This letter must be submitted via email no later than the due date of the above mentioned forms. Early submission of requests is highly encouraged. Every effort will be made to accommodate reasonable requests. IT SHOULD BE NOTED BY EACH PARTICIPANT, THAT SUBMISSION OF THE REQUIRED SECURITY FORMS DOES NOT INDICATE ACCESS WILL BE GRANTED. THE NAS CORPUS CHRISTI AND NAS KINGSVILLE SECURITY OFFICES WILL BE THE DECIDING AUTHORITY IN DETERMINING BASE ACCESS. ALSO, YOU ARE HEREBY ADVISED BY THIS NOTICE THAT THE LEVEL OF SECURITY AT THE NAS CORPUS CHRISTI AND NAS KINGSVILLE AND OTHER SITE LOCATIONS MAY CHANGE AT ANY TIME. AS THE LEVEL OF SECURITY HEIGHTENS, THE AMOUNT OF TIME REQUIRED FOR ENTRANCE TO THE BASE AND OTHER LOCATIONS ALSO INCREASES. IN ADDITION, THE SITE VISIT MAY BE CANCELED BY THE GOVERNMENT AT ANY TIME DUE TO CHANGES IN THE LEVEL OF SECURITY. CONTRACTORS ARE RESPONSIBLE FOR ANY COSTS INCURRED TO PARTICIPATE IN THIS SITE VISIT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/371598f3053446d0b4f6496efe7c55b4/view)
- Place of Performance
- Address: TX, USA
- Country: USA
- Country: USA
- Record
- SN07416934-F 20250424/250422230041 (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 |