Waste Treatment Services for USDA Forest Service, National Forests in North Carolina, Croatan Ranger District, New Bern, Craven County, North Carolina
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: Combined Synopsis/Solicitation (Original)
- Original Published Date: Apr 22, 2024 12:19 pm EDT
- Original Date Offers Due: May 21, 2024 11:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 05, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
- NAICS Code:
- 56221 - Waste Treatment and Disposal
- Place of Performance: NCUSA
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation, 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.
(ii) This solicitation is issued as a Request for Proposal (RFP).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.
(iv) This procurement is set aside for Total Small Business. The NAICS code is 562998 All Other Miscellaneous Waste Management Services and the Small Business Size Standard is $16.5. The Government believes that this is the most appropriate NAICS for this award, however, offerors are permitted to propose under other NAICS that they feel may be applicable and the Government will evaluate its appropriateness accordingly.
(v) Schedule of Items/Price Schedule
See Attachment 2, Schedule of Item (SOI). A single award will be made from this solicitation, contractors must submit pricing for all Line Items (including Option Years) to be considered for this award.
(vi) Description of Requirement
See Attachment 1, Statement of Work (SOW)
(vii) Date(s) and Place(s) of Delivery and Acceptance
The period of performance will consist of a 12-month Base Period and four (4) – 12-month Option Years. Dates To Be Determined (TBD) based on award.
(viii) 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) (Provision)
Addenda to provision 52.212-1:
Addenda to Provision 52.212-1:
For simplified acquisitions, the word quote or quoter is substituted in provision 52.212-1 for the word offer or offeror.
Addenda to Provision 52.212-1 paragraph (b) Submission of Offers:
1) Offerors must have an active entity registration in the System for Award Management in order to submit an offer. https://www.sam.gov/SAM/
2) Offerors shall submit the following documents to be considered responsive:
Attachment 2 Schedule of Item (SOI) for Line Item detail
Attachment 4 Contractor Information
Attachment 5 Relevant Experience (Past Performance) Questionnaire
Attachment 6 FAR Clauses That Requires a Response
a) Past Performance – Complete Attachment 5, Relevant Experience (Past Performance) Questionnaire, of this solicitation and include a copy with your offer. The government may use past performance information from any available source. If a company does not have past performance information available, information may be provided for predecessor companies, key personnel, or subcontractors. In the event that there is no past performance information available, the offeror will receive a neutral rating in this factor.
b) Price Proposal – Complete Attachment 2, Schedule of Items, of this solicitation and include a copy with your offer.
b) Representations and Certifications –Fill in the highlighted check boxes for provisions 52.204-24, 52.209-7, 52.212-3, 52.222-22 and Employment of Eligible Workers-Workforce Certification found in Attachment 6, FAR Clauses That Requires a Response, of this solicitation and include a copy with your offer.
2) Submit offer by email to Tina.Pettyjohn@usda.govso that it is delivered into this inbox by the due date and time. Emails should contain the four attachments listed on Page 1, in Microsoft Word, Microsoft Excel, or Adobe PDF format. Be aware that large attachments may increase the time required to deliver an email. It is the offerors responsibility to confirm receipt of the offer.
3) Address questions about this solicitation to Tina Pettyjohn at Tina.Pettyjohn@usda.gov
(ix) 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021) (Provision)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable
(b) Options. 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.
Paragraphs xi through xiv of this Combined Synopsis which are FAR clauses and provisions is provided in Attachment 7, Additional FAR Clauses due to limited space allow is this description area.
(xv) Date, Time, and Place Offers are due
Offers are due Tuesday May 21st, 2024, no later than 11:00AM Eastern Time, to Tina.Pettyjohn@usda.gov
(xvi) Government Point of Contact
Tina.Pettyjohn@usda.gov
The following documents are attached to this solicitation:
1. Attachment 1 Statement of Work (SOW)
2. Attachment 2 Schedule of Item (SOI) for Line Item detail
3. Attachment 3 Wage Determination# 2015-5781
4. Attachment 4 Contractor Information
5. Attachment 5 Relevant Experience (Past Performance) Questionnaire
6. Attachment 6 FAR Clauses That Requires a Response
7. Attachment 7 Additional FAR Clauses
Attachments/Links
Contact Information
Contracting Office Address
- 1720 Peachtree ST NW STE 876S
- Atlanta , GA 303092449
- USA
Primary Point of Contact
- Tina Pettyjohn
- tina.pettyjohn@usda.gov
Secondary Point of Contact
- David Mitchell
- david.mitchell@usda.gov
History
- Jun 05, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 22, 2024 08:35 pm EDTCombined Synopsis/Solicitation (Updated)
- Apr 22, 2024 12:19 pm EDTCombined Synopsis/Solicitation (Original)