SOLICITATION NOTICE
S -- W15QKN-25-Q-A191 Refuse and Recycling Services Washington PA
- Notice Date
- 6/17/2025 8:03:58 AM
- Notice Type
- Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN25QA191
- Response Due
- 7/14/2025 12:00:00 PM
- Archive Date
- 07/29/2025
- Point of Contact
- Zachary Sinon, Phone: 5206697909, Daniel Potempa, Phone: 5206698669
- E-Mail Address
-
Zachary.a.sinon.civ@army.mil, daniel.l.potempa2.civ@army.mil
(Zachary.a.sinon.civ@army.mil, daniel.l.potempa2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS REQUIREMENT IS SET-ASIDE 100% FOR SMALL BUSINESS THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS IN ACCORDANCE WITH FAR 52.232-18. This requirement is being solicited, utilizing the procedures set forth in FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. 1. The purpose of this solicitation is to procure Refuse Collection Services in support of the 99th Readiness Division. Services shall be performed at Washington USARC 10 Scenic Drive, Washington, PA 15301 2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall be a 12- month base period and four, 12-month option periods from date of award. 3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive contract award. If you need to register in SAM, go to https://www.sam.gov/. 4. See Federal Acquisition Regulations (FAR) clause 52.212-1, ""Instruction to Offeror-- Commercial Items"" and FAR 52.212-1, Addendum for additional information. 5. See FAR clause 52.212-2, ""Evaluation -- Commercial Items"" and FAR 52.212-2, Addendum for additional information and for evaluation criteria. 6. See FAR provision 52.204-24,""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment,"" FAR clause 52.204-25, ""Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment"" and FAR provision 52.204-26, ""Covered Telecommunications Equipment or Services-Representation."" As a result of interim FAR Rule 2019-0009, published on 14 July 2020, and effective on 13 August 2020, Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment Clauses, these provision and clauses are included within this solicitation in full text. When submitting a response to this solicitation, FAR provision 52.204-24 and FAR provision 52.204-26 shall be completed and included by the Offeror. 7. A site visit is highly encouraged. All requests to attend a site visit shall be submitted via e-mail at least 24 hours prior to the scheduled site visit date and time to the following: Randy Baker, Region Facilities Operations Specialist via email: randy.a.baker.civ@army.mil, Daniel L. Potempa, Contracting Officer via e-mail: Daniel.l.potempa2.civ@army.mil and Zachary A. Sinon, Contract Specialist via e-mail: zachary.a.sinon.civ@army. mil. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 8. Questions regarding this solicitation shall be submitted in writing via e-mail no later than 10:00 AM EST on 24 June 2025 to both, Zachary A. Sinon, Contract Specialist, e-mail:zachary.a.sinon.civ@army.mil and Daniel L. Potempa, Contracting Officer, e- mail: Daniel.l.potempa2.civ@army. mil. 9. Completing a Quote for Submittal: (a) Proposals are due no later than the date and time listed in Standard Form (SF) 1449, Block 8. The Offeror shall submit their Proposal electronically via online submission using the Procurement Integrated Enterprise Environment (PIEE), Solicitation Module. The only authorized transmission method for Proposals in response to this solicitation is the PIEE Solicitation Module. Proposals shall be submitted under the ""Offers"" tab in the PIEE Solicitation Module. Proposals shall not be submitted under the ""Unsolicited Proposals"" tab in the PIEE Solicitation Module. If proposal is submitted under the ""Unsolicited Proposals"" tab, the proposal will not be evaluated or considered for award. NO OTHER TRANSMISSION METHODS (E-MAILS, FACSIMILE, REGULAR MAIL, HANDCARRIED, ETC.) WILL BE ACCEPTED. The Offeror is responsible to confirm that their Proposal has been received. Ensure all documentation submitted meets supported file extensions identified in PIEE Frequently Asked Questions (FAQs). All offers received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under circumstances allowed by the FAR and this solicitation. In the unlikely event the PIEE System and/or Solicitation Module is not operational, and the Offeror is unable to access or use the system, the Offeror shall immediately notify the Contracting Officer and Contract Specialist. Notification must occur prior to the submission deadline and shall be in writing through authorized email identified in the solicitation. If an alternate method for proposal submission is authorized via email due to system outages, the Offeror must obtain prior approval from the Contracting Officer to use the alternative submission method. For PIEE registration, training, and instructions for posting an offer, refer to the following links: PIEE Registration: https://piee.eb.mil/ * Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit a Proposal/Offer in response to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user's email address in PIEE must match the email address on file in SAM.gov. PIEE Solicitation Module: Training and instructions are accessible through PIEE - Web Based Training at: https://pieetraining.eb.mil/wbt/ For FAQs and additional training, go to the DoD Procurement Toolbox- eBusiness - Solicitation Module athttps://www. dodprocurementtoolbox.com /site-pages/solicitation module. (b) Offeror(s) shall provide with their offer, the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. (c) Offeror(s) shall submit signed Standard Form (SF) 1449 (Blocks 30a and 30b). (d) Offeror(s) shall provide a price for all FFP Contract Line Item Number (CLIN) for the base period and option periods on the SF 1449Continuation Sheets of the solicitation. (e) Pricing for each CLIN shall be submitted in the proper format. The proper format consists of QUANTITY times (x) UNIT PRICE equals (=) AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNITPRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided (/) by the QUANTITY will be held to be the intended price. (f) Offerors shall submit with their offer, their valid Certificate of Insurance, as prime contractor, in accordance with the requirements and applicable insurance amounts set forth within the solicitation at FAR clause 52.228-5, ""Insurance - Work on a Government Installation,"" and ""Insurance Requirements."" (g) Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code stated at Block 10 of this SF 1449. (h) Offeror shall complete all ""fill-ins"" in provisions and clauses that apply and include with submission response to this solicitation. (i) Failure to provide any applicable information required by this solicitation may result in the Offeror being deemed non- responsive and ineligible for award. 10. All services shall be performed in accordance with the Performance Work Statement (PWS). 11. All offers shall remain valid for 120 calendar days. 12. Attachment(s): Attachment 0001 - PWS - Refuse FY25 - PA096 Attachment 0002 - PA096_CIPSITEMAP_20230703 Attachment 0003 - SCA Wage Determination 2015-4235 - Rev 30 - Dated 23 April 2025
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0ab4cd8e1c14abe9e92cb4a6f4744b0/view)
- Place of Performance
- Address: Washington, PA 15301, USA
- Zip Code: 15301
- Country: USA
- Zip Code: 15301
- Record
- SN07480408-F 20250619/250617230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |