Integrated Solid Waste Management Service

Agency: DEPT OF DEFENSE
State: Pennsylvania
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159097122586272
Posted Date: Apr 4, 2024
Due Date: Apr 5, 2024
Solicitation No: FA671224Q0020
Source: Members Only
Follow
Integrated Solid Waste Management Service
Active
Contract Opportunity
Notice ID
FA671224Q0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE RESERVE COMMAND
Office
FA6712 911 AW LGC
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 04, 2024 02:15 pm EDT
  • Original Published Date: Mar 22, 2024 10:43 am EDT
  • Updated Date Offers Due: Apr 05, 2024 05:00 pm EDT
  • Original Date Offers Due: Apr 05, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 20, 2024
  • Original Inactive Date: Apr 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:
    Coraopolis , PA 15108
    USA
Description View Changes

4/4/2024: Edited email address in descrtiption for Primary contact to claudette.baldt.1@us.af.mil. No further changes.





This is a COMBINED SYNOPSIS/SOLICITATION for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 using, “Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,” and FAR Part 13, “Simplified Acquisition Procedures,” 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 issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.



This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote.



This combined synopsis/solicitation SHALL be posted to Contract Opportunities (SAM.gov). The Request for Quotation (RFQ) number is FA671224Q0020.



This solicitation documents and incorporates provisions and clauses in effect through the Federal Acquisition Regulations Circular FAC 2024-03. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.ecfr.gov/ and https://www.acquisition.gov/.



The associated North American Industrial Classification System (NAICS) code for this procurement is 562111 Solid Waste Collection with a Small Business Size Standard of $49M.



This solicitation will result in one (1) firm-fixed price contract consisting of a base period of 12 months and 4 option year periods of 12 months each with an optional six-month extension.



The proposed Requirement is posted as Full and Open competition.



The due date for submission of questions relating to this solicitation is: Friday March 29th @ 5:00 eastern time. Questions received after this date/time will not be considered.



The due date for quotes relating to this requirement is Friday April 5th @ 5:00 eastern time Quotes received after this deadline will not be accepted. The due date/time for receipt of quotes may be extended if found to be in the best interest of the government.



The Pittsburgh 911th Airlift Wing located at Coraopolis, PA requests responses from qualified sources of any size capable of providing the following: all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform integrated solid waste management (ISWM) encompassing municipal solid waste (MSW) collection, construction and debris (C&D) collection, and cardboard recycling collection at 911th Airlift Wing, Pittsburgh Air Reserve Station, PA IAW Performance Work Statement, Dated July 26, 2023 (See Attachment #1). Estimated Workload Data, Tasks and Frequencies and Maps can be found in Appendices A & B of the PWS. Attachment #4 shows Tasks and Frequecies of pickups.



See QUOTE TEMPLATE (Attachment #2) to this notice. Use of any other quote format will not be accepted. The template is an Excel file that includes the base year of the contract, four (4) option years and an optional six-month extension (per FAR 52.217-8). ALL option years and the six-monthe extension must have pricing included for the quote to be accepted. Pricing is to be rounded to two decimal places. Pricing will automatically calculate based upon input of pricing. Do not alter or change calculation formulas in column "F" of the pricing template. Only fill in cells highlighted yellow.



Place of Performance: 911th Airlift Wing Pittsburgh Air Reserve Station



Period of Performance: Base Year: 1 May 2024 – 30 April 2025 and four (4) possible option years with one optional 6-month extension.



__________________________________________________________________________



ADDENDUM TO FAR 52.212-1 - INSTRUCTIONS TO OFFERORS-INFORMATION THAT MUST BE SUBMITTED WITH QUOTATIONS



Quotes shall include the following:



1. Pricing for CLINs 0001- 5004 (use Attachment 2 - QUOTE TEMPLATE) Round to two decimal places. Pricing will automatically calculate based upon input of unit pricing. Do not alter or change pricing template. Only fill in cells highligted yellow.



2. Technical Approach (see below)



3. Past Performance (see below)



4. Any discount terms offered



5. Contractor's name, address, CAGE code, & GSA Schedule (if applicable)



6. Contractor point of contact with email and phone number



The offeror’s quote shall consist of three separate parts:



Part I – Price Quote (use Attachment #2)



Part II – Technical Capabilities



Part III – Past Performance



PART I - PRICE



Completed price schedule using attached Quote Template. Unit prices must be rounded to two decimal places. Pricing will automatically calculate based upon input of unit pricing. Note: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Pricing for all CLINs must be submitted for the quote to be responsive. Only fill in Excel cells highligted yellow.



PART II - TECHNICAL CAPABILITIES



The Offeror shall provide a technical approach to perform tasks required to provide all labor, material, equipment, fuel, etc. and possess the capability to perform the required services in accordance with the PWS attachment 1.



The Offeror shall provide a plan to obtain required resources/equipment to begin services 5/1/2024 IAW the PWS



Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the PWS’s stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative.



Technical Acceptability is achieved when offeror provides proof that the offeror will meet the minimum standards of the requested service identified in all CLINs



Contractor must submit a statement of their ability to begin services starting May 1st, 2024.



PART III - PAST PERFORMANCE



1. Contractors shall include reference information for a minimum of two (2) contracts for which Integrated Solid Waste Management services are being or have been provided. These references should be within the last three (3) years and be within the scope of this requirement.



Reference contracts shall include the following:



Date(s) of service:



Contact name:



Contact phone number:



Approximate dollar value of service:



If Government contract, provide the contract number:



Contractors should notify references that a government representative will be contacting them.



2. The Contracting Officer shall seek relevant performance information based off one or more of the following:



a) The Contractor Performance Assessment Reporting System (CPARS)



b) The Supplier Performance Risk System (SPRS)



A past performance rating of "Acceptable" is achieved when the past performance information (as listed above) reveals recent and relevant knowledge and experience, a record of integrity, and a history of contract compliance.



In order to be considered awardable, there must be an "acceptable" rating in the “Technical Capabilities” and “Past Performance” nonprice factors.



FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services (Nov 2021



Per FAR 13.106-1(a)(2), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Best value is expected to result from selection of the lowest total evaluated price (inclusive of all options) having Acceptable ratings in both factors of Technical Capability and Past Performance. The following factors shall be used to evaluate offers:



PRICE



TECHNICAL CAPABILITY



PAST PERFORMANCE



Addendum to FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services



1. Evaluation:



By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. The evaluation process follows:



Step I–Price Quote Evaluation



To be accepted for evaluation, all CLINs must have unit prices entered on Attachment #2 - Quote Template.



Initially, the Government will place all quotes that meet the requirements of the solicitation in order by price, beginning with the lowest total evaluated price (TEP) as entered into Attachment #2.



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 a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. Please note that CLINs 0004, 1004, 2004, 3004, 4004 and 5004 corresonding to Exibit "A", the "Unscheduled Pickup and Special Events" portion of the quote, will not be calculated in the evaluation of quotes. The pricing entered for these CLINs are for reference only. These CLINs will be on the resultant contract but will be funded only when or if needed.



Step II–Technical Capabilities Evaluation



Next, the lowest total evaluated priced offeror will be evaluated on an Acceptable/Unacceptable basis for Technical Capabilities. The vendors documentation shall demonstrate the quoters approach and ability to meet the PWS requirements to include:



1. Technical approach to perform tasks required to provide all labor, material, equipment, fuel, etc. and possess the capability to perform the required services in accordance with the PWS attachment 1.



2. The Offeror shall provide a plan to obtain required resources/equipment to begin services 5/1/2024 IAW the PWS.



To receive an overall “Acceptable” Technical Capability factor rating, each area listed above must receive an “Acceptable” rating. The technical factors will receive one of the following ratings listed below.



Rating Description



Acceptable Quote meets the requirements of the solicitation.



Unacceptable Quote does not meet the requirements of the solicitation.



Step III – Past Performance Evaluation



Next, the Government will evaluate the lowest total evaluated priced technically acceptable offeror for past performance with two reference contracts submitted and information gathered via the CAGE code submitted. The Contract Performance Assessment Reporting System (CPARS) may be searched as well as the Supplier Performance Risk System (SPRS) to evaluate past performance, and information may be pulled from the System for Award Management (SAM).



Table A-2. Past Performance Evaluation Ratings



Rating Description



Acceptable Based on the offeror’s performance record and reference contract information, the Government has a reasonable expectation that the offeror will successfully perform the required effort



Unacceptable Based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort



2. Basis of Award



If the lowest total evaluated priced, technically acceptable offeror receives an “Acceptable” past performance rating, that quote represents the most advantageous offer to the Government, evaluation of that quote is complete If the Offeror is determined to be responsible, award will be made to that offeror, and the evaluation process will stop. If the lowest total evaluated priced offeror, receives either an "Unacceptable" technical or “Unacceptable” past performance rating, evaluation of that quote will stop. In that instance, the next lowest total evaluated priced offeror will be evaluated using the methodology above and the process will continue (in order by price) until a technically acceptable offeror is evaluated to have an acceptable past performance rating and is determined to be responsible, or until all offerors are evaluated.



Clarifications conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for a quote revision. The Government intends to award a contract without discussions (while keeping with FAR Part 12 and 13). The Government, however, reserves the right to conduct discussions if deemed in its best interest.



The Government reserves the right to make an award to one quoter or to make no award at all.



__________________________________________________________________________



NOTE: Interested Offerors must be registered in the System for Award Management (SAM) database. Contractors can register via the SAM Internet site at https://www.sam.gov/. Interested Offerors are required to submit their representations and certifications online using the SAM database. Foreign owned companies are not allowed to participate in this solicitation.



Method of submission: Quotes shall be emailed to Claudette.Baldt at claudette.baldt@us.af.mil



All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 562111, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.



No late submissions will be accepted. Quote packages with incomplete information may not receive additional consideration.



Point of contact for this solicitation is:



Claudette Baldt



Contract Specialist



claudette.baldt.1@us.af.mil



Alternate Point of Contact:



Paul Davisson



Contracting Officer



paul.davisson@us.af.mil



Attachments



#1 – Performance Work Statement (PWS)



#2 – Quote Template



#3 – Wage Determination 2015-4235 Rev 25 Dated 12/26/2023 (Please note: The most recent Wage Determination at time of award will be incorporated into the contract)



#4 - TABLE A2 "Tasks and Frequencies"



#5 - FAR/DFARS Provisions and Clauses


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 2375 DEFENSE AVE
  • CORAOPOLIS , PA 15108-4495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Mar 22, 2024[Combined Synopsis/Solicitation (Original)] Integrated Solid Waste Management Service
Apr 25, 2024[Award Notice (Original)] Integrated Solid Waste Management Service

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 >