Skip to main content

An official website of the United States government

You have 2 new alerts

Trash Collection Services - Ft Logan National Cemetery

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 (Original)
  • Original Published Date: Mar 10, 2025 05:01 pm EDT
  • Original Date Offers Due: Apr 08, 2025 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 23, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    Denver , CO 80236
    USA

Description

The Department of Veterans Affairs, National Cemetery Administration, Contracting Services, 18434 Joplin Road, Triangle, VA 22172 is soliciting quotations for Trash Collection Services at Ft Logan National Cemetery, 4400 W Kenyon Ave, Denver, CO 80236.

Note: This is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside solicitation, offerors must be certified through Small Business Administration (SBA) VetCert.

https://veterans.certify.sba.gov/

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. 

Basis of Award.  This procurement is being conducted pursuant to FAR Part 13 procedures.  The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be reasonable.

This solicitation is a request for quotations (RFQ). The government anticipates awarding a Firm, Fixed-priced, Indefinite-Delivery, Indefinite-Quantity (IDIQ) Services contract with a Base period of twelve (12) months with four (4), twelve (12) month option periods.

Evaluation of Quotes: 

Quotes will be evaluated in the following manner.  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Price and Other Factors (Best Value)

EVALUTION FACTORS

1)            Factor 1: Technical Approach and Understanding of the Work: Proposal shall be evaluated in accordance with the criteria contained in the Statement of Work (SOW) and on how well the technical and performance plan approach meets the Government requirements. The proposal shall be more than restating the SOW. Technical and performance plan approach will be evaluated for the following:

a)            Contractor-provided statements and/or literature that clearly explains their experience, approach and/or abilities to perform the tasks described in the Statement of Work.

b)            Prime Contractor has the necessary knowledge, skills, abilities, and resources to perform the work herein; within the best industry standards and practices; and have a minimum of five (5) years prior experience in the business of recycling and waste services.

c)             Offerors shall describe the proposed staffing plan to include with any subcontracting.

d)            The Contractor shall identify all sites/facilities to be used for waste disposal and single stream recycling disposal before contract performance. 

e)             Qualifications of any proposed subcontractors and percentage of work they will perform.

f)             Completed RFQ attachments included with quote: “Solicitation Provisions”, “Contract Clauses”, and “Price Schedule” 

2)            Factor 2: Past Performances: Past performance shall be evaluated based on the Contractor’s technical qualifications on projects within the last 3 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods.

a)            The Contracting Officer’s knowledge of previous experience with the service being acquired.

b)            Contractor’s past performance descriptions.

c)             The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov

3)            Factor 3: Price: Proposed price will be evaluated for reasonableness and accuracy in the provided CLIN structure.

Wage Determination Information: U.S. Department of Labor Wage Determination 2015-5419, rev. 28, published December 23, 2024, is applicable to all services provided under the contract.

Current Federal Acquisition Circular: Federal Acquisition Circular (FAC) 2024-07 was published in the Federal Register August 29, 2024.

Site Visit Information: There will not be a site visit for this project. Vendors may visit the cemetery grounds during normal business hours if interested in viewing the site. In accordance with FAR 52.237-1, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

Incumbent Contractor Information: The incumbent contractor is Royalstone Properties, LLC under contract number 36C78625P50143. Further information regarding this contract can be located at: https://www.fpds.gov/

Questions and Answers: All solicitation questions must be submitted through email to the Contracting Officer: brian.werner2@va.gov. Vendor questions must be received by 3pm EST on March 31, 2025, and will be answered via solicitation amendment no later than April 3, 2025. Questions submitted after the Q&A due date will not be answered.

Offer Due Date: All quotations shall be sent via email to the Contracting Officer: brian.werner2@va.gov. Submissions must be received by 3pm EST on Tuesday, April 8, 2025.  Late submissions will not be accepted.  Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Governments timely receipt of their quote.

Solicitation Attachments:

“SOW Ft Logan Trash Collection”

“36C78625Q50155 Price Schedule”

“36C78625Q50155 Solicitation Provisions”

“36C78625Q50155 Contract Clauses”

Contact Information

Contracting Office Address

  • CENTRALIZED CONTRACTING DIVISION 5105 RUSSELL ROAD
  • QUANTICO , VA 22134
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 10, 2025 05:01 pm EDTCombined Synopsis/Solicitation (Original)