Skip to main content

An official website of the United States government

You have 2 new alerts

Combined Synopsis Solicitation - Raystown Lake Project Refuse Services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jun 05, 2024 02:06 pm EDT
  • Original Published Date: May 14, 2024 12:48 pm EDT
  • Updated Date Offers Due: Jun 12, 2024 11:00 am EDT
  • Original Date Offers Due: May 28, 2024 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 27, 2024
  • Original Inactive Date: Jun 12, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    Hesston , PA 16647
    USA

Description

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; quotes are being requested and a written solicitation will not be separately issued.

Solicitation number, W912DR24Q0024, is being issued as a request for quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This acquisition will be a 100% small business set-aside under NAICS code 562111 ($47M small business annual revenues), and Product Service Code S205.

The contractor shall furnish the necessary supplies, labor, tools, containers, and equipment for the collection, transportation, and disposal of trash, rubbish, construction, and demolition, recycles, and garbage at various public use and administrative facilities located throughout the Raystown Lake Project to accomplish the work as defined in the Scope of Work.

0001

Service Fee for Collection of one 3 cubic yard dumpster

0002

Service Fee for Collection of one 6 cubic yard dumpster

0003

Service Fee for Collection of one 8 cubic yard dumpster

0004

Tonnage Rate (3,6, and 8 cubic yard dumpster)

0005

Service Fee for Collection of one 10 cubic yard special dumpster

0006

Tonnage Rate (10 cubic yard special dumpster)

0007

Service Fee for Collection of one 30 cubic yard special dumpster

0008

Tonnage Rate (30 cubic yard special dumpster)

1001

Service Fee for Collection of one 3 cubic yard dumpster

1002

Service Fee for Collection of one 6 cubic yard dumpster

1003

Service Fee for Collection of one 8 cubic yard dumpster

1004

Tonnage Rate (3, 6, and 8 cubic yard dumpster)

1005

Service Fee for Collection of one 10 cubic yard special dumpster

1006

Tonnage Rate (10 cubic yard special dumpster)

1007

Service Fee for Collection of one 30 cubic yard special dumpster

1008

Tonnage Rate (30 cubic yard special dumpster)

2001

Service Fee for Collection of one 3 cubic yard dumpster

2002

Service Fee for Collection of one 6 cubic yard dumpster

2003

Service Fee for Collection of one 8 cubic yard dumpster

2004

Tonnage Rate (3, 6, and 8 cubic yard dumpster)

2005

Service Fee for Collection of one 10 cubic yard special dumpster

2006

Tonnage Rate (10 cubic yard special dumpster)

2007

Service Fee for Collection of one 30 cubic yard special dumpster

2008

Tonnage Rate (30 cubic yard special dumpster)

3001

Service Fee for Collection of one 3 cubic yard dumpster

3002

Service Fee for Collection of one 6 cubic yard dumpster

3003

Service Fee for Collection of one 8 cubic yard dumpster

3004

Tonnage Rate (3, 6, and 8 cubic yard dumpster)

3005

Service Fee for Collection of one 10 cubic yard special dumpster

3006

Tonnage Rate (10 cubic yard special dumpster)

3007

Service Fee for Collection of one 30 cubic yard special dumpster

3008

Tonnage Rate (30 cubic yard special dumpster)

4001

Service Fee for Collection of one 3 cubic yard dumpster

4002

Service Fee for Collection of one 6 cubic yard dumpster

4003

Service Fee for Collection of one 8 cubic yard dumpster

4004

Tonnage Rate (3, 6, and 8 cubic yard dumpster)

4005

Service Fee for Collection of one 10 cubic yard special dumpster

4006

Tonnage Rate (10 cubic yard special dumpster)

4007

Service Fee for Collection of one 30 cubic yard special dumpster

4008

Tonnage Rate (30 cubic yard special dumpster)

The period of performance (POP) will begin on or about 31 May 2024 for one (1) base year and four (4) option years and will end on 31 December 2028 (delivery and acceptance will occur at the place of performance, Raystown Lake, in Huntingdon County, Pennsylvania (FOB: Destination).

FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.

FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, has been included and the specific evaluation criteria to be included are as follows:

· Technical

· Past Performance

· Price

The Offeror’s price will be evaluated to determine price reasonableness; no rating will be given. Award will be made for the lowest-price, technically acceptable offer.

Please be sure to fill out FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, located in Section K of the attached SF1449.

FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.

FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses have been incorporated by reference in this clause and are applicable to the acquisition:

FAR 52.203-19, FAR 52.204-23, FAR 52.204-25, FAR 52.209-10, and FAR 52.233-4.

This acquisition will be procured using a Fixed-Firm Price contract and is not applicable to the Defense Priorities and Allocations System (DPAS).

Offerors are asked to respond to this RFQ by filling out the bid schedule located in Section B of the attached SF1449 and submitting to Contract Specialist, Christine Brooks, at christine.a.brooks@usace.army.mil and Contract Officer, Nicole C. Brookes, at nicole.c.brookes@usace.army.mil no later than 11:00 A.M. on 28 May 2024. If there are any questions regarding this RFQ, please contact Christine Brooks at (410) 962-0641.

Contact Information

Contracting Office Address

  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA

Primary Point of Contact

Secondary Point of Contact

History