Refuse Management, Camp Merrill

expired opportunity(Expired)
From: Federal Government(Federal)
W911SF-24-R-0016

Basic Details

started - 09 Apr, 2024 (22 days ago)

Start Date

09 Apr, 2024 (22 days ago)
due - 26 Apr, 2024 (5 days ago)

Due Date

26 Apr, 2024 (5 days ago)
Bid Notification

Type

Bid Notification
W911SF-24-R-0016

Identifier

W911SF-24-R-0016
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710210)DEPT OF THE ARMY (133283)AMC (72685)ACC (75069)MISSION & INSTALLATION CONTRACTING COMMAND (25856)FDO EUSTIS (4832)W6QM MICC-FT MOORE (404)
[object Object]

SetAside

HZC(Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.This combined sysnopsis/solicitation (W911SF-24-R-0016) is being issued as a request for proposal (RFP) utilizing a HubZone Small Business Set-Aside, and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-03, published February 23, 2024.Description of the Requirement: The Mission and Installation Contractiing Command (MICC) – Fort Moore has a requirement for the Department of Public Works (DPW) to provide Refuse Collection and Recycle at Maneuver Center of Excellence (MCoE) for Camp Merrill. The Contractor shall furnish all labor, containers, tools, materials, equipment, transportation, and supervision to
manage and perform all operations for the collection, recycling, and disposal of solid waste from Camp Merrill. The mission is to provide the Camp Merrill and its tenants, their Soldiers, families and civilian with high quality, affordable products, and services when and where required. The services are collection and disposal of Refuse and Recycle at Camp Merrill. It’s an integral part of the customer mission because it will service Camp Merrill, its tenants, Soldier, families, and civilians.Further details of this requirement can be found on the Performance Work Statement and additional attachments 1-3 included in this publication and will, at a minimum, include:Refuse Collection and Disposal: Collection shall be as descrived herein and trainsportation and disposal shall be at a State approved solid waste management facility off-post. All other items shall be disposed of at a State approved solid waste management facility off-post. Refuse will be collected from areas which regularly generate solid waste which include, but are not necessarily limited to: Barracks, administrative/headquarters/warehouses and other office buildings, dining facility, medical facility, training facilities, training areas, and other buildings.Facilities Collection: All refuse containers will be serviced, emptied and cleaned by the contractor to include the installation of drain plugs.Schedule of Sanitation Services: The Contractor shall plan his work to maintain an efficient collection and disposal schedule. The frequencies and days of refuse collection required by the Government shall be as set forth in this document. The Contractor shall establish regular working hours between 0700 and 1630 hrs (EST), Monday thru Friday, and shall schedule all collections during such hours. The Contractor, however, is not prohibited from operating outside such regular hours when changes are approved in writing by the Contracting Officer. The Contractor shall be responsible for adhering to the approved schedule within the established frequencies and days of required refuse collection.Facilities Collection: Facilities Refuse Container locations shall receive refuse collection and disposal service during the listed time 0700-1630 hrs. The contractor shall notify the Contracting Officer and the Operations& Maintenance Branch immediately when a scheduled service to a facility is interrupted.Emergency Pickups: Facilities may require additional pickup beyond their regularly scheduled pickup. When this occurs, the Contracting Officer shall inform the contractor of the emergency pickup. The contractor shall have 24 hours from the time of notification by the Contracting Officer to respond to the emergency pickup. These pickups could be required during weekends and non-business hours. Emergency pickups shall include current and as-ordered: 8- CY trash containers, and 20-CY roll off trash containers.Holiday Schedule: Refuse collection and disposal services shall not be performed on legal holidays but shall resume on the next regularly scheduled work day. The collection schedule shall be adjusted to provide the same number of collections if the frequency of collection is less than four per week.Workmanship: The Contractor shall assure that each collection station and adjacent area will be left free of loose waste at the end of each regularly scheduled collection. Waste placed at the collection station in sacks, cartons, cans, boxes, or uncontained, will be removed by the Contractor in the same manner and at the same time as if it were placed in the regularly provided containers. Any oversize "Bulk Waste", such as wood, tree limbs, furniture, concrete, appliances, etc., placed in or beside dumpsters will be removed and disposed of by the contractor. Contractor shall notify the COR for assistance if appliance and found inside or beside dumpsters. Contractor shall also insure that as a result of his collection the area surrounding the refuse collection point is clean and free of refuse (solid waste) after each collection. Each vehicle will carry a broom, yard rake and scoop to facilitate immediate pick-up of waste. Damage to, or refuse litter left around containers shall constitute unsatisfactory workmanship to be corrected immediately. The contractor shall preserve and protect all existing vegetation such as shrubs and grass. Driving on lawns is prohibited. The Contractor shall not damage overhead utility lines, underpasses, utility poles, buildings and structures. The Contractor shall be liable for and shall be required to replace or restore, at his expense, all vegetation, damage to roads, grounds, buildings, utilities, etc., that he damages.DELIVERY INFORMATION:Services include One 12-Month Base Period and Four 12-Month Option Periods Period of Performance: 01 June 2024 through 31 May 2029*See Attachment 2 – Pricing Schedule (CLIN Structure)SOLICITATION PROVISIONS (Provided in Attachment): This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.govCONTRACT CLAUSES (Provided in Attachment): The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: https://www.acquisition.govFOR OFFERS TO BE CONSIDERED:1. This requirement will utilize the Lowest Price-Technically Acceptable (LPTA) source selection procedures IAW 15.101-2. Under LPTA, all factors other than cost or price are evaluated on an “acceptable” or “unacceptable” basis. Best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. *See Attachment 3 – Clauses & Provisions, FAR 52.212-2.2. The Offeror is to provide its submission in accordance with the instructions found herein and within the solicitation provision 52.212-1, Instructions to Offerors – Commercial Items.Please include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications – Commerial Items, with your offer.The SF 1449 is not being used so Offerors are to make their submission by providing the items outlined in paragraph 3 in this Combined Synopsis/Solicitation. Offer must ensure the NAIC code is listed in their SAM registration and certification in the FAR report prior to submitting offers.Offers to be received by MICC-Fort Moore no later than (NLT) 11:00 a.m. Eastern Standard Time (EST), Friday, 26 April 2024 via email to: usarmy.moore.acc-micc.mbx.micc@proposals@army.mil titled, “W911SF-24-R-0016, Camp Merrill Refuse RFP.” *Offers received via faximili or U.S. Post will not be accepted.Questions are to be submitted by email to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil NLT 12:00 PM EST, Wednesday, 17 April 2024.3. Offer is to consist of the following documents:a. Volume I - Technical Submission: Company letterhead, containing information prescribed by 52.212-1. Documents for technical evaluation, representations and certifications, and past performance as addressed in subparagraphs 52.212-1(b)(4), (8) and (10) are to be provided separately.b. Volume II – Price Submission: Completed Attachment 2 - Pricing Schedule (CLIN Structure).4. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM) with all required information provided prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 5. Vendors, who are not registered in the System for Award Management (SAM) under 562111, Solid Waste Collection, prior to submitting proposals, will not be considered. Vendors may register or update their registration with SAM by going to www.sam.gov.List of Attachments:Attachment 1 – Performance Work Statement (PWS)Attachment 2 – Pricing Schedule (CLIN Structure)Attachment 3 – Clauses & ProvisionTechnical Exhibit 1 - CampMerrill_Refuse_Locations

Dahlonega ,
 GA  30533  USALocation

Place Of Performance : N/A

Country : United StatesState : GeorgiaCity : Dahlonega

Office Address : DIRECTORATE OF CONTRACTING BLDG 6 ROOM 250 FORT MOORE , GA 31905-5182 USA

Country : United StatesState : GeorgiaCity : Fort Moore

You may also like

Refuse & Recycling

Due: 30 Apr, 2027 (in about 3 years)Agency: Village of Buffalo Grove

CW Refuse&RecyclingVARIOUScoun

Due: 31 Dec, 2024 (in 8 months)Agency: Salt Lake County

REFUSE COLLECTION, DISPOSAL, AND RECYCLING SERVICES AT CAMP JAMES A. GARFIELD

Due: 15 May, 2024 (in 13 days)Agency: ADJ112020 Finance BEAR

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 562111Solid Waste Collection
pscCode S205Trash/Garbage Collection Services - Including Portable Sanitation Services