Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
SOLICITATION NOTICE

S -- Refuse: Solid Waste and Recycling

Notice Date
1/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40083-07-R-3002
 
Response Due
1/19/2007
 
Archive Date
2/2/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This Contract is a combination Firm Fixed Price (FFP) and Indefinite-Delivery, Indefinite Quantity (IDIQ) - type contract with a base period of twelve months and two (2) one-year option periods. IT IS A SET-ASIDE FOR HUB-ZONE AND/OR SERVICE DISABLED VETERAN OWNED BUSINESSES. No single option period will exceed 12 months or one year. The value of this contract is approximately $3,900,000. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering and other items required to provide services for both refuse collection and recycling as described in the Performance of Work Statement (PWS) at Naval Station, Great Lakes, IL. The services to be performed shall include, but not limited to, collection and disposal of solid waste, resulting from residential, industrial, commercial and community activities; removal, collection, processing and marketing of recyclable material, as well as report tonnage (1300 tons of paper and cardboard per year, 180-200 tons of metal, 300 pounds of cans, 1 ton of plastic and 25-30 tons of pallets) spent for recycling; and collection and composting of landscape waste. White Goods (such as refrigerators, freezers, ranges, washers and dryers, etc.) are included in this specification. The collection, processing and disposal will be ordered under Indefinite Quantity Spec. Item 4 (EMALL). These operations shall be performed in accordance with Section H or on a task order in furnish all labor, supervision, tools, material, transportation and equipment and materials (including a ladder for access to trailers) required to perform refuse collection, disposal and recycling; to manage and dispose of Medical Waste; and to secure a site for the disposal of Landfill Waste (25 mile radius of installation) such as grease waste, asbestos waste, white goods, Great Lakes, by Government Vehicles. The Offeror who is awarded the contract shall have access to landfills and/or transfer stations that are not legally prohibited from accepting the refuse requirements of this contract, which are gathered from the state of Illinois. The State of Wisconsin has imposed legal restrictions on the disposal of Illinois solid waste. Therefore, disposal sites located in Wisconsin cannot be utilized for disposal of Illinois Solid Waste during the base period and all option periods. Although some aspects of these restrictions were invalidated by the seventh circuit court of appeals in 1995, the court suggested a means by which restrictions could be imposed so that it is not clear whether Illinois Waste can be accepted for disposal in Wisconsin. The Small Business Size Standard is $11,500,000.00. Best Value Source selection procedures will be price and technical proposals once the solicitation is issued. However, performance is deemed greater than price. Anticipate the Solicitation will be released on or about 20 February 2007. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. The official plan holders list will be maintained on, and can be printed from the internet site: http://esol.navfac.navy.mil or its successor system (www.neco.navy.mil). All prospective Offerors must register as plan holders on the internet website for this solicitation. Each company must indicate if it is a Prime contractor or Subcontractor. The solicitation once issued will be available for download free of charge via the Internet World Wide Web at: http://esol.navfac.navy.mil or it?s successor system (www.neco.navy.mil). This will normally be the only method of distribution of amendments. Therefore, IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. The official plan holder?s list will also be maintained on and can be printed from the web site. If necessary, a Pre-proposal Conference and site visit will be held and the date, time and location will be specified in the solicitation. The successful Offeror must be registered in the Department of Defense Central Contractor Registration (CCR) Database prior to contract award. Offerors not currently registered in the CCR database are highly encouraged to do so by calling 1(888)227-2423, or via internet at http://www.ccr.gov. All contractual and technical inquiries shall be submitted via electronic mail to Karen.foy@navy.mil. The Government will not pay for information requested nor will it compensate any respondent for any proposal. The due date for responses is 19 January 2007, no later than 2:00pm. Responses may be submitted under Solicitation Number N40083-07-R-3002 via facsimile at (847)688-3124 or via email to Karen.foy@navy.mil. REFERENCES MAY BE REQUESTED.
 
Place of Performance
Address: Department of the Navy, Naval Facilities Engineering Command (NAVFAC), Midwest, 201 Decatur Avenue, Great Lakes, IL
Zip Code: 60088-2801
Country: UNITED STATES
 
Record
SN01207444-W 20070110/070108221009 (fbodaily.com)
 
Source
FedBizOpps 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.