MODIFICATION
S -- Request for Quotation - Integrated Solid Waste Management - Niagara Falls ARS, NY
- Notice Date
- 1/7/2026 11:05:34 AM
- Notice Type
- Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
- ZIP Code
- 14304-5000
- Solicitation Number
- FA667026Q0001
- Response Due
- 1/28/2026 10:00:00 AM
- Archive Date
- 02/12/2026
- Point of Contact
- Matthew Crum, Phone: 7162362213
- E-Mail Address
-
matthew.crum.9@us.af.mil
(matthew.crum.9@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Department of the Air Force Niagara Falls ARS Requirement Title: Integrated Solid Waste Management Solicitation Number: FA667026Q0001 Solicitation Issue Date: 7 January 2026 Response Deadline: 28 January 2026, 1:00 pm EST Point(s) of Contact: Matthew Crum, Contracting Officer Email Address: matthew.crum.9@us.af.mil Alternate POC: N/A General Information This request is a combined synopsis/solicitation for commercial products of commercial services prepared in accordance with the format in subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Only firm fixed price offers will be evaluated. 1. This solicitation document and incorporated provisions and clauses are those in effect through: - Federal Acquisition Circular 2025-06 - Defense Federal Acquisition Regulation change 11/10/2025 - Department of the Air Force Federal Acquisition Supplement Change 10/16/2024 2. This acquisition is competitive being competed as a full and open requirement in accordance with FAR 6.102(b). The North American Industry Size Classification System (NAICS) code associated with this requirement is 562111. The Small Business Size Standard associated with this NAICS is $47.0 million. 3. Business must have current active registration with the System for Award Management (SAM) in order to receive award. SAM registration can be initiated at: https://sam.gov/content/entity-registration Requirement Information The 914th CES has a requirement for Integrated Solid Waste Management (municipal trash pickup and disposal) at Niagara Falls Air Base. See attached Performance Work Statement for requirement details. This requirement will be established as a firm fixed price contract. Items listed under CLINS 0008 and 0009 as well as repairs under CLIN 0017 (and their subsequent option year CLINS) will be priced per unit but utilized on as needed basis (see Attachment�s 4a through 4e). This solicitation includes the following attachments: Attachment 1 - ISWM (Refuse-Recycling) NFARS PWS (15 Jul 25) Attachment 2 - ISWM (Refuse & Recycling) NFARS Map (15 Jul 25) Attachment 3 - ISWM (Refuse-Recycling) NFARS Bid Schedule (15 Jul 25) Attachment 4a - ISWM (Refuse-Recycling) NFARS Bid Schedule Exhibit A (15 Jul 25) Attachment 4b - ISWM (Refuse-Recycling) NFARS Bid Schedule Exhibit A (15 Jul 25) Attachment 4c - ISWM (Refuse-Recycling) NFARS Bid Schedule Exhibit A (15 Jul 25) Attachment 4d - ISWM (Refuse-Recycling) NFARS Bid Schedule Exhibit A (15 Jul 25) Attachment 4e - ISWM (Refuse-Recycling) NFARS Bid Schedule Exhibit A (15 Jul 25) Attachment 5 � Service Contract Act WD # 2015-4147 Rev 34 Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination; Niagara Falls Air Reserve Station, NY Anticipated Period of Performance: Base Year 1 April 2026 � 31 March 2027 Option Year 1 1 April 2027 � 31 March 2028 Option Year 2 1 April 2028 � 31 March 2029 Option Year 3 1 April 2029 � 31 March 2030 Option Year 4 1 April 2030 � 31 March 2031 Instructions to Offerors To be considered responsive, offerors must submit the following via e-mail by the RFQ Deadline: Quote - Offeror should utilize the attached Bid Schedule for their quote. If an offeror elects to utilize their own bid schedule, it must include all elements listed in the attached bid schedule. Technical Proposal Past Performance Information Quote � Offeror should utilize the attached Bid Schedule for their quote. If an offeror elects to utilize their own bid schedule, it must include all elements listed in the attached bid schedule. Technical Proposal � Offeror must include a technical capability statement detailing their capabilities to meet the Performance Work Statement. Statement should include enough detail for evaluators to determine whether the contractor has the capability to perform the work required. Past Performance Information � Offeror must provide no less than 2 and no more than 4 examples of past performance on projects similar in scope and nature. Past performance examples should have taken place in the last 7 years. Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this solicitation, Offeror must also have the NAICS code associated with this RFQ indicated on their SAM record. This notice does not obligate the Government to award the contract; It does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any quote preparation costs. Vendors who wish to respond to this notice must send responses NLT 28 January 2026 at 1:00 PM Eastern Daylight Time (EDT) via email (subject: RFQ FA667026Q0001) to Matthew Crum at matthew.crum.9@us.af.mil. Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact the POCs listed above. Evaluation Criteria This is a competitive commercial acquisition. The Government intends to award a single delivery order resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ, selected according to the following evaluation criteria. Price: Price will be evaluated by calculating a Total Evaluated Price (TEP) for each offer. TEP is the total price the contractor provides for the base year and all option years as well as � the cost for Option Year 4 (representing the potential 6-month execution of FAR Clause 52.217-8 Option to Extend Services). The calculation for TEP is as follows: TEP = Total Price for Base Year and All Option Years + (Price for Option Year 4 * 0.5) NOTE: In accordance with FAR 19.1307, price evaluation preference will be utilized for HUBZone small business concerns. Contractor�s MUST indicate if they qualify as a HUBZone concern in their quote. Technical Acceptability: Technical acceptability will be determined by review of the contractor�s technical proposal. Proposal will be evaluated to determine that contractor capabilities are sufficient to provide the services as stated in the PWS. A proposal that shows a contractor is capable of meeting the requirements of the PWS will be determined to be Acceptable. A proposal that fails to show a contractor is capable of meeting, fails to understand, or fails provide enough information to evaluate the contractors understanding of the requirements of the PWS will be determined to be Unacceptable. Past Performance: Past performance will be evaluated by reviewing the 2 to 4 past performance examples provided by the contractor. Past performance will be reviewed for recency (within the last 7 years) and demonstration of the successful execution of projects similar in nature to the one requested under this solicitation. Past performance that is found to be recent and shows successful execution of at least 2 projects similar in nature to the one requested under this solicitation will be determined to be Acceptable. Past performance that is found to not be recent, not show successful execution of at least 2 projects similar in nature to the one requested under this solicitation, or fails to show both of these requirements will be determined to be Unacceptable. The government intends to complete evaluation of offers without discussions but reserves the right to open discussions if the Contracting Officer determines it to be necessary. The Government will select for award the responsible offeror who�s proposal has the lowest TEP (with HUBZone price evaluation preference if required) with Acceptable ratings for both Technical Acceptability and Past Performance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5bebcf6efd064708ae91ac093143797a/view)
- Place of Performance
- Address: Niagara Falls, NY 14304, USA
- Zip Code: 14304
- Country: USA
- Zip Code: 14304
- Record
- SN07679333-F 20260109/260107230030 (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 |