Massachusetts Bids > Bid Detail

Refuse and Recycling Contract USAG-Natick

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159851683171870
Posted Date: Jan 18, 2023
Due Date: Jan 24, 2023
Solicitation No: W911QY-23-R-RRCN
Source: https://sam.gov/opp/2710cac4ed...
Follow
Refuse and Recycling Contract USAG-Natick
Active
Contract Opportunity
Notice ID
W911QY-23-R-RRCN
Related Notice
W911QY-23-R-RRCN
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 18, 2023 04:24 pm EST
  • Original Published Date: Jan 05, 2023 10:45 am EST
  • Updated Date Offers Due: Jan 24, 2023 12:00 pm EST
  • Original Date Offers Due: Jan 19, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 08, 2023
  • Original Inactive Date: Feb 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    Natick , MA 01760
    USA
Description

01/18/2023 A question and answers document has been added as an attachment. A pricing sheet has been added as an attachment. The revised Performance Work Statment has been added as an attachment. The revised proposal due date is Tuesday 24 January 2023 by 12:00 PM EST.



01/06/2023 A site visit will be held at 1:00 PM EST on Wednesday, January 11 2023. See site visit attachments for details.



The Department of the Army, ACC-APG, Natick Division, Natick, MA intends to purchase the following trash removal services in accordance with the Performance Work Statement (PWS) (attached).





This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in FAR 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. Request For Proposal (RFP) number is W911QY-23-R-RRCN.





All timely offers will be considered, and proposal submission shall be in accordance with Submission Instructions contained herein. Evaluation factors are Technical Capability, Price, and Past Performance. The Government intends to make award to the Offeror whose proposal represents the Best Value to the Government.





This requirement is set aside for small business. NAICS Code is 562111 Solid Waste Collection. The size standard is $41.5M. The Army’s Office for Small Business Programs concurs with the small business determination. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. FAR Clauses 52.212-1 through 52.212-5 and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see www.acquisition.gov) apply to this procurement.





The Government contemplates an award of a Firm-Fixed-Price Contract resulting from this solicitation. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices shall apply. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003, Unique Item Identifier (UID) applies if the proposed unit price is $5,000 or greater. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping.





Offers should include price and delivery terms and the following additional information: Cage Code and UEI #.





Submission Instructions:



All other Offerors shall submit a proposal consisting of three sections. These three sections shall be labeled, Section I – Technical Proposal; Section II – Pricing; and Section III Past Performance. No Pricing Information shall be submitted in Section I.





Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and Commercial Services.





(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer



conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate other offers:





(i) Technical capability of services offered to meet Government requirements:






  1. Please see the attached Performance Work Statement (PWS) for technical requirements.

  2. Supporting documentation for requirements in the Performance Work Statement can be found in the additional attachments of this requirement.





(ii) Price: Offeror shall submit itemize labor categories, hourly labor rates, number of labor hours, and detailed travel expenses for each year.





(iii) Past Performance:





Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the Offeror. Offerors shall submit three (3) recent and relevant past performance examples performed within the last three (3) years





Each example shall not exceed two (2) pages and shall include the following:






  1. Contract number, date of award, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS) code

  2. Government contracting activity, Contracting Officer name, telephone number, and email address

  3. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address

  4. If Offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email address in lieu of or in addition to the contact information required in (b) and (c) above

  5. Contract type

  6. Awarded price/cost

  7. Description of the specific tasks or activities performed by the Offeror itself under the contract

  8. Narrative: Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the contract objectives achieved by the Offeror, and how the contract is relevant to the requirements of this solicitation.





Offerors shall state if they have no recent or relevant past performance.





In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance.





Technical and past performance, when combined, are more important than price.





(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



Offers may be e-mailed to brandon.j.rivett.civ@army.mil. Required Period of Performance: The base period will be from the Date of Award thru 12 months thereafter and 4 option years, if exercised, F.O.B. Destination. The total anticipated period of performance is 60 months. Offers must be received by 12:00 p.m. Eastern Standard Time on 24 January 2023. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Brandon.j.rivett.civ@army.mil. All questions regarding this solicitation must be received prior to 12:00 PM on 12 January 2023 to guarantee that they are answered before proposals are due.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >