Wyoming Bids > Bid Detail

Missile Alert Facilities (MAFs) Refuse Collection

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159430011142365
Posted Date: Dec 9, 2022
Due Date: Jan 10, 2023
Solicitation No: FA461323Q1002
Source: https://sam.gov/opp/df06707cad...
Follow
Missile Alert Facilities (MAFs) Refuse Collection
Active
Contract Opportunity
Notice ID
FA461323Q1002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 09, 2022 07:20 am MST
  • Original Date Offers Due: Jan 10, 2023 02:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number (SN): FA461323Q1002

Missile Alert Facilities (MAFs) Refuse Collection



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with (IAW) the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested and further written solicitation will not be issued. This solicitation will be posted to the SAM.gov website as a 100% Small Business Set-Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1002, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 562111, with a small business size standard of $41.5M dollars.



The Government intends to award one (1) Firm Fixed-Price Contract resulting in one (1) base year and four (4) option years. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-08 effective 10/28/2022, Defense Federal Acquisition Regulation Supplement DPN effective 10/28/2022 and Air Force Federal Acquisition Regulation Supplement AFAC effective 7/1/2022.



The proposed contract would require providing refuse collection service for 15 Missile Alert Facilities (MAFs) throughout Wyoming, Nebraska, and Colorado (see Attachment 2, Performance Work Statement). The Contractor shall provide ALL personnel, equipment, tools, materials, vehicles, supervision, transportation and all other items and services necessary to perform refuse removal services on a bi-weekly basis at 15 Missile Alert Facilities (MAFs).



This is a follow-on contract to FA461318C1001 with service actively being provided to all 15 MAFs throughout the 3-state missile complex expiring on 31 January 2023.



DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.



CLIN 0001: Base Period with a Period of Performance (PoP) of 01 Feb 2023 - 31 Jan 2024



Contractor shall collect refuse from dumpsters on a 14-day cycle IAW the PWS.



Refuse Pick-Up - 8 CY Dumpster



Quantity: 390 Unit of Issue: Each





Unit Price: Extended Price:





CLIN 0002: Delivery/Installation – 8 CY



Contractor shall deliver dumpsters to Missile Alert Facilities (MAFs) no later than 01 Feb 2023.





Quantity: 15 Unit of Issue: Each





Unit Price: Extended Price:





CLIN 1001: Option Year One with a Period of Performance (PoP) of 01 Feb 2024 - 31 Jan 2025



Contractor shall collect refuse from dumpsters on a 14-day cycle IAW the PWS.



Refuse Pick-Up - 8 CY Dumpster





Quantity: 390 Unit of Issue: Each



Unit Price: Extended Price:





CLIN 2001: Option Year Two with a Period of Performance (PoP) of 01 Feb 2025 - 31 Jan 2026



Contractor shall collect refuse from dumpsters on a 14-day cycle IAW the PWS.



Refuse Pick-Up - 8 CY Dumpster





Quantity: 390 Unit of Issue: Each





Unit Price: Extended Price:





CLIN 3001: Option Year Three with a Period of Performance (PoP) of 01 Feb 2026 - 31 Jan 2027



Contractor shall collect refuse from dumpsters on a 14-day cycle IAW the PWS.



Refuse Pick-Up - 8 CY Dumpster





Quantity: 390 Unit of Issue: Each





Unit Price: Extended Price:





CLIN 4001: Option Year Four with a Period of Performance (PoP) of 01 Feb 2027 - 31 Jan 2028



Contractor shall collect refuse from dumpsters on a 14-day cycle IAW the PWS.



Refuse Pick-Up - 8 CY Dumpster





Quantity: 390 Unit of Issue: Each





Unit Price: Extended Price:







TOTAL PRICE



CLIN 0001/CLIN 0002/CLIN 1001/CLIN 2001/CLIN 3001/CLIN 4001





$







Period of Performance: 01 Feb 2023 through 31 Jan 2024 (Base Year). Plus four (4) 12 months option years ending on 31 Jan 2028.





Place of Delivery: See Attachment 2, Performance Work Statement (PWS)



Responses/quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. It shall demonstrate the ability to provide the required services in accordance with the attached Performance Work Statemen (Attachment 2).





Responses/quotes MUST be received no later than Tuesday, January 10, 2023; 1400 (Mountain Time).





Questions pertaining to this solicitation must be submitted by email to lisa.obenchain@us.af.mil no later than Tuesday, December 20, 2022; 1400 (Mountain Time).





All quotes shall be in English and emailed to the POC. Forward responses by e-mail to the Contract Specialist: lisa.obenchain@us.af.mil.





Receipt of your electronic submittal will be acknowledged via return email; if you do not receive an acknowledgment, you are advised to call for confirmation. Please note, periodically, the Government’s e-mail system experiences delays, therefore, vendors are highly encouraged to contact the individual identified in this combined synopsis/solicitation to confirm delivery and receipt. Contact information is as follows:





Ms. Lisa Obenchain, Contract Specialist, lisa.obenchain@us.af.mil (307) 773-2181





Ms. Lou Bustillo, Contracting Officer, maria_lourdes.bustillo@us.af.mil (307) 773-4751





Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Oct 2022) or indication that the offeror’s representations and certifications are in System for Award Management (SAM).



APPLICABLE FOR CLAUSES:



ADDENDUM TO FAR 52.212-1 (Instructions to Offerors-Commercial Items) (Oct 2022)



FAR 52.212-1 is hereby tailored as follows:




  1. North American Industry Classification System (NAICS) code and small business size standard: The NAICS code is 562111 (Solid Waste Collection), which has a Small Business Size Standard of $41.5M dollars.

  2. Submission of offers: To assure timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Offerors must ensure that their company is registered with SAM at the time quotes are due. For information refer to: https://sam.gov/content/entity-registration



INSTRUCTIONS TO OFFERORS



The contractor shall submit a written price and technical quote before the due date and time stated in the Solicitation. The quote shall include the following:





Cover Letter- Vendor must include the following information:




  1. Company Name

  2. Small Business Status/Categories as appropriate

  3. Company point of contact with email and phone number

  4. Name/Title of person authorized to sign

  5. CAGE Code & Unique Entity Identifier (UEI)

  6. A statement that your company understands all the requirements in this Solicitation and as specified in the Performance Work Statement (PWS).

  7. A statement that your company does or does not take exception to any of the requirements of the PWS or terms/conditions of this Solicitation.

  8. A statement indicating expiration date of quote/proposal.

  9. Discount Terms (payment terms such as Net 30).

  10. NAICS code(s) - State if your company is registered under SAM with NAICS 562111.

  11. Complete the Technical Factor and Price Factor as described below.






  1. Volume I-Price: Complete the Price Factor by completing pages 1 and 2 of this Solicitation. Price must include ALL costs associated with the requirement. Use only 2 decimal places for pricing.






  1. Volume II – Technical: Vendor’s’ technical volume must address the following technical evaluation factors:


    1. Factor 1: Technical Capability – Vendor shall provide sufficient information detailing the vendor’s understanding and technical capability to perform the requirements of Attachment 2, PWS. The Contractor must possess equipment necessary for performance of contract. The Contractor shall establish a scheduling plan outlining how work will be accomplished to establish vehicle routes and collection schedules based on a 14-day cycle of pickups IAW PWS.

    2. Factor 2: Transition Plan – Vendor shall submit a Transition Plan detailing how it will transition existing services to minimize disruptions. At a minimum, this plan should include equipment transition and the vendor’s schedule for installation/transition of services along with any other pertinent details.





(End of Addendum to FAR 52.212-1)



ADDENDUM to FAR 52.212-2: Evaluation – Commercial Items (Nov 2021)





FAR 52.212-2(a) is hereby tailored as follows:





Basis for Contract Award: The Government intends to evaluate quotes and award a single firm-fixed price contract in accordance with FAR 13.106 for this competitive 100% Small Business Set-Aside service acquisition. Failure to meet a requirement may result in a quote being determined ineligible for award.





Award will be made to the offeror who is technically acceptable, has the lowest total evaluated price (TEP), meets all requirements of this solicitation and PWS, and is deemed responsible IAW FAR Part 9.





FAR Part 15 based evaluations will NOT be used for this acquisition. The initial quotes should contain your best terms, however, the Government reserves the right to conduct interchanges if determined necessary by the Contracting Officer to resolve issues such as technical or price, contract documentation, including any other matter in the evaluation process. The Contracting Officer reserves the right to award a contract without opportunity to revise quotes.





The Government will evaluate quotes for acceptability, but will not rank the quotes by the non-price factors. If the Government receives three (3) or fewer initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so. If additional quotes are evaluated for technical acceptability, they will be selected in the order of total evaluated price. For award purposes, the offeror’s quote will be evaluated using the offeror’s Total Evaluated Price (TEP).





An offeror’s TEP will be determined by multiplying all CLIN unit prices by the quantities and adding all extended prices, including options. Options will include the Government’s Option to Extend Services in accordance with (IAW) FAR 52.217-8. One-half of the offeror’s proposed price for the Fourth option year (CLIN 4001) will be added to the offeror’s total price to determine the TEP.





Evaluation Factors:





Volume I – PRICE FACTOR: The Government will utilize the procedures at FAR 13.106-3 to determine price fair and reasonableness. Offerors whose price is determined to be unreasonable or unbalanced may not be considered for award. Unbalanced pricing exists when despite an acceptable total evaluated price, the price of one or more line items is significantly over or understated as indicated by the application of price analysis techniques.





In order to be considered for award, the offeror’s TEP must be determined fair and reasonable. A price reasonableness will be based on competitive quotes/offers or based on other reasonable basis such as market research, comparison of the independent Government estimate, etc., IAW FAR 13.106-3.





This solicitation includes FAR 52.217-8 Option to Extend Services, with the potential to extend the contract an additional six (6) months beyond the awarded contract performance period. The price for that period will be determined based on the unit prices proposed for the current period of performance and will be evaluated at the time of award. Evaluation of options shall not obligate the Government to exercise the options. In the event the Government requires continued performance, the Government’s evaluation of prices proposed will be considered fair and reasonable as applied to an extension of services. Should an extension of services be required, rates will be adjusted only as a result of revisions to applicable prevailing Department of Labor wage rates.





Volume II – TECHNICAL FACTOR: The Government will evaluate Volume II – Technical on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. The Technical Volume will be evaluated against the following factors:



Factor 1 – Technical Capability



Factor 2 – Transition Plan



An offer must be rated “technically acceptable” in order to be eligible for award. A “technically unacceptable” rating will deem the proposal ineligible for award. The Government will utilize the information provided by the offeror in making a technical acceptability determination. If an Offeror’s technical quote is determined to be technically unacceptable, no further evaluation will be conducted.





The technical evaluation factors upon which a vendor’s technical quote will be evaluated and the respective standard of acceptability for each of the technical evaluation factors are set forth below. The following adjectival ratings and rating definitions will be used to assign a rating for each technical factor and an overall rating to each technical quote.





Adjectival Rating



Description



Acceptable





Meets all requirements of the Solicitation and indicates an adequate or more than adequate approach and understanding of the requirements in accordance with the Performance Work Statement.





Unacceptable





Does not meet requirements of the solicitation and contains one or more deficiencies.







Technical acceptability will be evaluated against the following criteria:





Factor 1 – Technical Capability: The Government will assess the vendor’s understanding, capabilities, and approach in providing the minimum requirements of Attachment 2, PWS. The Contractor must possess equipment necessary for performance of contract. The Contractor shall establish a scheduling plan outlining how work will be accomplished to establish vehicle routes and collection schedules based on a 14-day cycle of pickups IAW PWS.



Factor 2 – Transition Plan: The vendor’s Transition Plan will be evaluated to assess the vendor’s approach in minimizing disruptions and ensure continuity of services upon contract award. The plan must show a clear understanding of the requirement and must show a realistic detailed schedule to transition the services sufficiently.





Definitions –



Interchanges:



Interchanges can be informal or formal. The Contracting Officer may use email, send an Interchange Notice (IN) or phone call, etc. asking for clarifications, change pages, revisions or other documentation. The Government may conduct interchanges with one, some, none, or all vendors at its discretion. A competitive range determination is not required to enter into interchanges and Final Quote Revisions will not be required.





(End of Addendum to FAR 52.212-2)



ASSUMPTIONS, CONDITIONS & EXCEPTIONS



Any exception to the solicitation may render a quote unacceptable.



If your company takes exception to any of the requirements of the PWS or terms/conditions of this solicitation, they must be clearly identified in your quote and stated in your cover letter.





Exceptions will be reviewed for potential impact on your ability to successfully meet the Government’s requirements. Any assumptions, conditions or exceptions which may negatively impact the performance of this requirement could render the quote ineligible for award.







Attachments:



Attachment 1- SN FA461323Q1002 Provisions and Clauses



Attachment 2- SN FA461323Q1002 Performance Work Statement



Attachment 3- SN FA461323Q1002 Wage Determination Laramie County, WY



Attachment 4- SN FA461323Q1002 Wage Determination Weld County, CO



Attachment 5- SN FA461323Q1002 Wage Determination Logan County, CO



Attachment 6- SN FA461323Q1002 Wage Determination NE Counties








Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 09, 2022 07:20 am MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >