Refuse and Recycling Services - Oswego NY051
Agency: | DEPT OF DEFENSE |
---|---|
State: | New York |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159892831869887 |
Posted Date: | Apr 11, 2024 |
Due Date: | Apr 16, 2024 |
Solicitation No: | W15QKN-24-Q-5083 |
Source: | Members Only |
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).
- Contract Opportunity Type: Solicitation (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Apr 11, 2024 03:34 pm EDT
- Original Published Date: Apr 03, 2024 09:45 am EDT
- Updated Date Offers Due: Apr 16, 2024 10:00 am EDT
- Original Date Offers Due: Apr 16, 2024 10:00 am EDT
- Inactive Policy: Manual
- Updated Inactive Date: Jun 01, 2024
- Original Inactive Date: Jun 01, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
-
NAICS Code:
- 562111 - Solid Waste Collection
-
Place of Performance:
Oswego , NYUSA
THIS REQURIEMENT IS SOLICITED AS A SMALL BUSINESS SET ASIDE
THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS
1. The Army Contracting Command – New Jersey (ACC-NJ) on behalf of the 99th Readiness Division DPW has a requirement to procure a new Refuse and Recycling Services. The scope of this requirement is for the contractor to provide refuse collection and recycling services in accordance with the Performance Work Statement at 60 East Ninth Street, Oswego, NY, 13126.
2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base period and four 12-month option periods from date of contract award.
3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov
4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, “Instructions to Offerors – Commercial Services” and FAR 52.212-1, Addendum for additional information.
5. See FAR Clause 52.212-2, “Evaluation – Commercial Services” and FAR 52.212-2, Addendum for additional information and evaluation criteria.
6. A Site Visit is available upon request, all requests shall be submitted via email to the Contract Specialist: Ryan Nicklous at ryan.p.nicklous.civ@army.mil and the Contracting Officer: Demetra H. Lynardakis at demetra.h.lynardakis.civ@army.mil, no later than 2:00 PM EST on Monday 8 April, 2024 for a Site Visit on Tuesday 9 April 2024. In no event shall failure to inspect the site constitute grounds for a claim after contract award. No other site visit will be scheduled. No questions will be responded to at the site visit.
7. All questions regarding this solicitation shall be submitted via Email no later than 10:00 AM EST on Wednesday 10 April 2024 to the Contract Specialist: Ryan Nicklous at ryan.p.nicklous.civ@army.mil and the Contracting Officer: Demetra H. Lynardakis at demetra.h.lynardakis.civ@army.mil. The questions will be answered all at once and uploaded ton the Contract Opportunities website at https://www.sam.gov posting after the question period has ended.
8. COMPLETING A QUOTE FOR SUBMITTAL
a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to Ryan Nicklous at ryan.p.nicklous.civ@army.mil and Demetra H. Lynardakis at demetra.h.lynardakis.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.sam.gov.
b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made wit respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation.
c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.
d. The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.
e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.
f. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 “Insurance – Work on a Government Installation” and “Required Insurance”.
g. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection.
9. All services shall be performed in accordance with the Performance Work Statement (PWS)
10. All offers shall remain valid for 120 calendar days.
11. SAM Eunique ID#:__________________________
12. CAGE(commercial and government entity)code___________________
13. Federal Tax ID __________________
14. ****This project is small business set aside under NAICS 562111 with the business size standard of $47,000,000.00.
15. Multiple proposals will not be accepted.
16. The following are part of this solicitation:
- Attachment 1: Site Map Fort Ontario USARC NY051
- KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
- PICATINNY ARSENAL , NJ 07806-5000
- USA
- Ryan Nicklous, Contract Specialist
- ryan.p.nicklous.civ@army.mil
- Demetra H. Lynardakis, Contracting Officer
- demetra.h.lynardakis.civ@army.mil
- Apr 11, 2024 03:34 pm EDTSolicitation (Updated)
- Apr 03, 2024 09:45 am EDT Solicitation (Original)
- Mar 20, 2024 08:44 am EDT Sources Sought (Original)
Related Document
Mar 20, 2024 | [Sources Sought (Original)] Refuse and Recycling Services - Oswego NY051 |
Apr 3, 2024 | [Solicitation (Original)] Refuse and Recycling Services - Oswego NY051 |
Apr 15, 2024 | [Solicitation (Updated)] Refuse and Recycling Services - Oswego NY051 |
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.