Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
MODIFICATION

S -- Refuse: Solid Waste and Recycling

Notice Date
1/23/2007
 
Notice Type
Modification
 
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
1/29/2007
 
Archive Date
2/13/2007
 
Point of Contact
Karen Foy, Contract Specialist, Phone 847-688-2600 X 164, Fax 847-688-3124, - Karen Foy, Contract Specialist, Phone 847-688-2600 X 164, Fax 847-688-3124,
 
E-Mail Address
karen.foy@navy.mil, karen.foy@navy.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NO RESPONSE IS REQUIRED AT THIS TIME. This is a synopsis for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Successful Offeror 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. A combination Firm Fixed Price (FFP) and Indefinite-Delivery, Indefinite Quantity (IDIQ) - type service contract is anticipated when the solicitation is issued. IT IS A SET-ASIDE FOR HUB-ZONE AND/OR SERVICE DISABLED VETERAN OWNED BUSINESSES. The value of this contract is approximately $5,000,000 to $10,000,000. The Period of Performance will begin on or around 1 April 2007 to 31 March 2008 with four additional option years corresponding with the base year. No single option period will exceed 12 months or one year. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15.. The North American Industry Classification System Code (NAICS) is 562111. The Small Business Size Standard is $11,500,000.00. Best Value Source selection procedures will be price and technical proposals (both are considered equal) once the solicitation is issued. The entire solicitation will be made available on the NAVFAC ESol website at http://esol.navfac.navy.mil or its successor system (www.neco.navy.mil). This normally will 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. Anticipate the Solicitation will be released on or about 29 January 2007. 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. The Government will not pay for information requested nor will it compensate any respondent for any proposal. An estimated closing date for the solicitation of 21 February 2007 is anticipated. The anticipated Contract Award date is on or around 1 April 2007. 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 and all offerors must submit their representations and certifications at the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov. 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. All responsible Hub Zone and/or Service Disabled Veteran Owned Small Business may submit a proposal that will be considered by Naval Facilities engineering Command Mid-West. A Pre-proposal Conference and site visit will be held during the week of 5 February 2007, time and location will be specified in the solicitation. All contractual and technical inquiries shall be submitted via electronic mail 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
SN01217617-W 20070125/070123221022 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.