Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

S -- Family Housing Refuse and Recycling Collection Services At Various Locations, Oahu, Hawaii

Notice Date
4/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, ROICC Pearl Harbor, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-03-R-2227
 
Response Due
6/10/2003
 
Point of Contact
Gail Matsumoto, Contracting Officer, Phone (808) 474-8385, Fax (808) 474-3387,
 
E-Mail Address
matsumotogn@pwcpearl.navy.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Family Housing Refuse and Recycling Collection Services At Various Locations, Oahu, Hawaii. Approximately 4,408 quarters to be serviced at Halsey Terrace (503), Hokulani (190), McGrew Pt. (140), Moanalua (752), Radford (348), Catlin Park (200), Doris Miller Pk (187), Halawa (14), Hale Moku (19), Maloelap (30), Camp Stover (107), Ford Island (79), Hale Alii (11), Hospital Pt. (140), Little Makalapa (638), Makalapa (10), Manana (390), Marine Bks (214), NCTAMS (96), Pearl City (318), and Red Hill (22). Curbside pickup once a week after 0700 A.M. up to 4:00 P.M., bulk pick-up each month as designated after 0700 A.M. up to 4:00 P.M. (includes disposal of air conditioners and white appliances in accordance with EPA standards), special pick-up (Christmas tree recycling once per week for two weeks after 25 December), collection on weekends and holidays to be approved by the Contracting Officer. Recyclable materials for family housing to be collected as defined once a week. Collect refuse from 6 cubic yard dumpsters twice a week and 40 cubic yard dumpsters once a week. Existing 95-gallon refuse carts will be utilized. Contractor to provide refuse carts with properly identified address as replacement for damaged carts. The contract term will be a base period of one year plus 4 option years. The total term of the contract, including all options, will not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. The Government is contemplating privatization of housing requirements. Should this occur, the Government may exercise only a portion of the option period for areas not affected by the privatization. All of the option periods may not be exercised. The NAICS Code for this procurement is 562111 and the annual size standard is $10.5M. During the term of the contract, the Government may authorize customers to use purchase cards to order and pay for indefinite quantity work for task orders. This process will be implemented by a modification to the contract. Task orders and payments shall not exceed the limits specified by the modification. Upon issuance of the modification, the Contractor shall comply with the requirements. This contract will replace a contract for similar services awarded in 1999 for $331,115.00 (firm fixed-price) and $493,042.00 estimated maximum (indefinite quantity) for the period June 1 to September 30, 1999 (4 months). We will include information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act for this information. Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available. All interested offerors shall register at the website to ensure that they are notified of updates or amendments to the solicitation as they occur. No other notice of solicitation activity will be provided to interested offerors. The proposed contract listed here is 100 percent HUBZONE set-aside. The Government will only accept offers from HUBZONE concerns. The solicitation utilizes source selection procedures, which require offerors to submit past performance and experience information, and price proposal for evaluation by the Government. Proposal receipt date is approximate. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-APR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 31-JUL-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62742PH/N62742-03-R-2227/listing.html)
 
Place of Performance
Address: Various Locations, Oahu, Hawaii
Country: US
 
Record
SN00389265-F 20030802/030731223253 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.