Waste and Recycling Removal Services at Southern California Terminal Radar Approach Control (SCT)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Original)
- Original Published Date: Feb 06, 2024 12:26 pm EST
- Original Date Offers Due: Mar 05, 2024 12:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 20, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
- NAICS Code:
- 562111 - Solid Waste Collection
- Place of Performance: San Diego , CA 92126USA
Description
This Solicitation (SIR) is for Recurring Solid Waste and Recycling Removal Services at Southern California Terminal Radar Approach Control (SCT) to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-24-R-00140.
This acquisition is set aside for small business. The principal North American Industry Classification System (NAICS) code applicable to this effort is 562111 – Solid Waste Collection.
The resulting award will be Firm-Fixed Price Contract.
The Site Visit Schedule is included below under the Milestones. Please email me with the names of those attending and the name of the company they are representing no later than Friday, February 9, 2024 by 12:00 noon Eastern Time. Each company will be limited to two (2) total attendees. Please document all your questions while at the site visit and submit them to Justin L-CTR Blassingame and Noemi Edwards (justin.l-ctr.blassingame@faa.gov; noemi.edwards@faa.gov ) via email by the date and time as directed below. Questions will not be answered during the site visit.
Questions or comments pertaining to this SIR must be submitted in written form via email to Justin L-CTR Blassingame and Noemi Edwards (justin.l-ctr.blassingame@faa.gov; noemi.edwards@faa.gov ) no later than 12:00 noon Eastern Time on Monday, February 19, 2024. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be made by 3:00 pm Eastern Time on Monday, February 26, 2024.
All responses must reference the solicitation number (697DCK-24-R-00140) and be submitted to the following email addresses: justin.l-ctr.blassingame@faa.gov; noemi.edwards@faa.gov.
SA18 PROPOSAL CONTENT
Submission of Offer. An Offeror must submit an offer which includes the following.
Proposal (Provide 1 copy).
NOTE: The contractor's proposal shall include:
[X] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken.
[X] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued).
[X] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS,
CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3
Hazardous Material Identification and Material Safety Data). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed.
[X] A certificate of liability from your insurance company that shows you can meet the requirements identified in in Section I, AMS Clause 3.4.1-12 Insurance (Oct 2019).
SA23 BASIS OF AWARD FOR LOW PRICE WITH OPTIONAL BID ITEMS
The Government may award a contract on the basis of initial offers received, without discussion. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. Award shall be in accordance with clause 3.2.2.3-19, entitled 'CONTRACT AWARD' (JULY 2004)
Contractors must make an offer on ALL items or the entire offer will be rejected as non-responsive.
The evaluation of options will not obligate the government to exercise the options. The government reserves the right to award any or all option(s) in any order.
Only one (1) contract award shall be made as a result of this solicitation. If options are not selected, award will be made to the otherwise responsive offeror whose offer results in the lowest price for the base bid. If options are selected, award will be made to the otherwise responsive offeror whose offer results in the lowest aggregate price for the base bid and those option(s) exercised.
(End of Provision)
Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (March 5, 2024). Reference AMS Clause 3.3.1-33, paragraph (d), “if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.”
DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH Justin L-CTR Blassingame and NOEMI EDWARDS (justin.l-ctr.blassingame@faa.gov; noemi.edwards@faa.gov). NO PHONE CALLS WILL BE ACCEPTED. The Point of Contact below is only to be contacted if you have signed up to attend the site visit and are having trouble accessing the site.
Milestones:
SIR out – 02/06/2024
Site Visit Attendees List Due – 02/09/2024 by 12 noon ET
Site Visit – 02/14/2024 or 02/15/2024
Questions Due – 02/19/2024 by 12:00 noon ET
Answers Out – 02/26/2024 by 3:00 pm ET
Proposals Due – 03/05/2024 by 12:00 noon ET
All submissions must be received no later than 12:00 noon Eastern Time on Tuesday, March 5, 2024. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted.
The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR. Responses will not be returned.
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
- FORT WORTH , TX 76177
- USA
Primary Point of Contact
- NOEMI EDWARDS
- NOEMI.EDWARDS@FAA.GOV
Secondary Point of Contact
- Justin L. Blassingame
- Justin.L-CTR.Blassingame@faa.gov
History
- Mar 20, 2024 11:55 pm EDTSolicitation (Updated)
- Feb 27, 2024 09:21 am ESTSolicitation (Updated)
- Feb 14, 2024 12:34 pm ESTSolicitation (Updated)
- Feb 06, 2024 01:11 pm ESTSolicitation (Updated)
- Feb 06, 2024 12:26 pm ESTSolicitation (Original)