Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

S -- REFUSE COLLECTION AND DISPOSAL SERVICES

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Coastal IPT, ROICC Ventura, Attn: 5DM2 525 Laguna Road, Point Mugu, CA, 93042, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-1522
 
Response Due
4/2/2007
 
Archive Date
4/17/2007
 
Description
This is a synopsis under the Simplified Acquisition Procedures (SAP) for Commercial Items Acquisition in accordance with the Federal Acquisition Regulations (FAR) Subpart 12.6 and 13. Solicitation No. N62473-07-R-1522, REFUSE COLLECTION AND DISPOSAL SERVICES AT VARIOUS NAVAL FACILITIES LOCATED IN POINT MUGU, CA TO INCLUDE CAMARILLO HOUSING, LAGUNA PEAK, AND SAN NICHOLAS ISLAND (SNI), is issued as a Request for Proposal (RFP) and will be a single award Firm-Fixed Price and Indefinite Quantity contract. The performance period will include a base year and four 12-month option periods. This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 562111 and the size standard is $11.5 million dollars. This solicitation incorporates Far 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5, which are attached to the solicitation. The following factors will be used to evaluate offers: Factor # 1 Key Personnel, Vehicles & Equipment, and Reporting. Provide a resume of Project Manager and Quality Control Manager to be assigned to the contract. Key Personnel shall have a minimum five years experience and have a High School Diploma or GED equivalent. Vehicles & Equipment: Describe in sufficient detail, vehicles and equipment to meet the work requirements identified in the performance work statement (e.g., leased or owned, how many, age, and status). Explain how offeror will maintain equipment and containers in a clean, sanitary condition, and minimize odors. Reporting: Provide the process the offeror will use to ensure refuse and recyclable materials will be segregated weighed and documented in accordance with the performance work statement. Factor # 2 Past Performance Provide a list of up to 5 contracts similar in size and complexity to the solicited contract that were completed during the past 3 years and a list of all such similar contracts currently in process. Provide the information on Exhibit A for each contract. Evaluation of past performance will often be subjective. The evaluation of past performance will include the contractor?s history of reasonable and cooperative behavior, commitment to customer satisfaction, record of conforming to applicable law and industry standards (i.e., Service Contract Act Wage Determinations); quality of workmanship, record of recommending and/or implementing innovative approaches and/or technologies; record of controlling costs; safety performance record, and adherence to schedules. The Government reserves the right to contact any other sources of information that may have knowledge or information on an offeror?s relevant past performance history. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any offeror?s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may not be competitive when compared to proposals of other offerors. Factor # 3 Price The price proposal for the base and all option periods will be evaluated to determine the reasonableness, realism, and completeness of the offeror's proposal. One or more of the following techniques will be used to ensure a fair and reasonable price: 1. Comparison of proposed prices received in response to the solicitation. 2. Comparison of proposed prices with the independent Government estimate. 3. Comparison of proposed prices with available historical information. 4. Comparison of proposed prices with resources proposed. A price that is found to be either unreasonably high or unrealistically low in relation to the proposed work may be indicative of an inherent lack of understanding of the solicitation requirements and may result in the overall proposal being considered unacceptable. Relative Importance of the Evaluation Factors: Past Performance is more important than Key Personnel. Technical factors, when combined, are more important than cost or price. Award will be made to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. THIS RFP WILL BE AVAILABLE FOR DOWNLOAD FREE OF CHARGE VIA THE INTERNET WORLD WIDE WEB AT http://esol.navfac.navy.mil ON OR AROUND 4 MARCH 2007 AND CAN BE FOUND UNDER SOLICIATION/CONTRACT N62473-07-R-1522. No hard copies (paper sets) or CD-ROM of the RFP will be provided by the Government. Telephone and facsimile request will not be accepted. Notification of any changes (amendments) to the solicitation will be made only on the internet. It will be the contractor?s responsibility to check the website daily for any and all amendments to this solicitation. Plan holders list will not be faxed and will be available only at the internet website address listed above. Note: All contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DOD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the internet at http://edi.disa.mil. A contract cannot be awarded to a contractor that has not submitted a required annual form VETS-100. Federal Contractor Veteran?s Employment Report (VETS-100 Report) if subject to the reporting requirements of 38 U.S.C. 4212(d) for that fiscal year. Instructions, information and follow-up assistance is provided at VETS-100 Internet site at http://vets100.cudenver.edu/ or employers may contact the VETS-100 Processing Center at (703) 461-2460 or email at mailto:helpdesk@vets100.com. Offers are due on 2 April 2007 by 2:00 P.M. local time and shall be delivered to FEA Division, Public Works, attn: Maggie Evangelista, 1205 Mill Road, Bldg. 850, Port Hueneme, CA 93043-4347. Point of Contact for this solicitation is Maggie Evangelista, telephone (805) 982-2932. There will NOT be a public Bid Opening. A two-day site tour is tentatively scheduled for 20 March 2007 and 21 March 2007. Offerors will be required to contact Russ Buchan at (805) 989-9764 for date, time, and exact location to meet for the site visit. Mr. Buchan will also provide additional information you will need to obtain a badge and a seat to San Nicholas Island (SNI). Due to limited seats for flight to SNI, contractors are limited to one representative from each company. Name of representative must be emailed to russell.buchan@navy.mil as soon as possible but no later than 9 March 2007.
 
Place of Performance
Address: Various Naval Facilities Located in Point Mugu, CA to include Camarillo Housing, Laguna Peak, and San Nicholas Island (SNI)
Zip Code: 94043
Country: UNITED STATES
 
Record
SN01237098-W 20070224/070222221208 (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.