Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

S -- Collection of Hazardous & Non-Hazardous Waste, Transportation and Disposal in all fifty (50) states

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-05-R-0122
 
Response Due
9/6/2005
 
Archive Date
9/21/2005
 
Point of Contact
Angela Herndon, Contract Specialist, Phone 843-820-5634, Fax 843-820-5819,
 
E-Mail Address
angela.herndon@navy.mil
 
Description
THIS SOLICITATION WILL BE ISSUED USING THE CASCADING SET-ASIDE PROVISION. Naval Facilities Engineering Command, Engineering, Southern Division, is seeking sources for Collection of Hazardous & Non-Hazardous Waste, Transportation and Disposal in all fifty (50) states. The scope of work includes all management, supervision, labor, engineering services, tools, materials, equipment, supplies, facilities, and transportation necessary to perform the required services including, but not limited to the following: Lithium batteries deactivation and disposal, Spill clean-up and disposal of contaminated soil (non hazardous) 5-10 cubic yards, Disposal of oil contaminated bilge water (non hazardous) 55 gallon units, Clean out of oil water separator, Clean out wash rack catch basin, Disposal of Water based paint, Disposal of Oil Based paint D001, Disposal of Contaminated antifreeze, Other waste disposal requiring specialized handling, and secure services for miscellaneous clean-up and disposal of waste. The 2002 NAICS Code for the proposed acquisition is 562211, Hazardous Waste Collection, and the small business size standard is $10.5 Mil. The Federal Supply Code (FSC) is S224, Hazardous Waste Removal. This requirement is offered to all qualified, responsive concerns and proposals will be considered using a cascading order of preference. Each tier will be evaluated using the procedure outlined below. A determination of insufficient competition or unreasonable price will be made before the next tier is evaluated. Any award(s) resulting from this solicitation will be made using the following set-aside order of precedence: (1) an award will be made on a competitive basis to an eligible Historically Underutilized Business Zone (HUBZone) small business concern, provided that there is adequate competition among such firms. If there is inadequate competition for award to a HUBZone small business concern, award will be made competitively to an 8(a) small business concern; (2) an award will be made on a competitive basis to an eligible Section 8(a) business concern, provided that there is adequate competition among such firms. If there is inadequate competition for award to a Section 8(a) business concern, award will be made on a competitive basis to Service Disabled Veteran Owned Small Business (SDVOSB); (3) an award will be made on a competitive basis to an eligible SDVOSB concern, provided that there is adequate competition among such firms. If there is inadequate competition for award to a SDVOSB concern, an award will be made competitively to a small business concern; (4) an award will be made on a competitive basis to an eligible small business concern, provided that there is adequate competition among such firms. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Proposals will be evaluated using source selection procedures that will result in award of a Combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity contract to the proposer whose proposal conforming to the solicitation, is the "BEST VALUE" to the Government, price and technical factors considered. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; use of tradeoff process when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS OR DOCUMENTATION. The Government intends to issue the Request for Proposal (RFP) electronically by posting it on the NAVFAC Website, http://www.esol.navfac.navy.mil on or about 4 August 2005. Prospective Offerors MUST register themselves on the Internet at http://www.esol.navfac.navy.mil. The official plan holder?s list will be maintained on, and may be printed from the Website. Amendments will be posted on the web site for downloading. This will be the only method of distributing amendments; therefore, IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. Offerors MUST also be registered in the Central Contractor Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. For inquiries about the date of receipt of proposals or the number of amendments, contact Darrall Lafayette at 843-820-5749. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843-820-5918, Attn: Darrall Lafayette, OPT2ACDEL or sent by email to Darrall.Lafayette@navy.mil. Results of proposals will not be available.
 
Place of Performance
Address: All fifty (50) states
 
Record
SN00851223-W 20050722/050720212534 (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.