Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
MODIFICATION

S -- Transport and Disposal of Bio-Medical Waste

Notice Date
8/1/2025 11:48:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
FLETC GLYNCO PROCUREMENT OFFICE Brunswick GA 31524 USA
 
ZIP Code
31524
 
Solicitation Number
70LGLY25QGLB00058
 
Response Due
8/14/2025 12:00:00 PM
 
Archive Date
08/29/2025
 
Point of Contact
Jeffrey E. Redecker, Phone: 9122672829
 
E-Mail Address
jeffrey.e.redecker@fletc.dhs.gov
(jeffrey.e.redecker@fletc.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6 and FAR Part 13, SAP, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The Government intends to issue one (1) Firm Fixed Price contract. Solicitation: 70LGLY25QGLB00058 Notice to Offeror(s):. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Provisions and Clauses are those in effect through Federal Acquisition Circular 2025-04 June 11, 2025 Scope of Work: This is a service contract to provide the pickup, manifest, labeling, transport and disposal of bio-medical waste from the following Federal Law Enforcement Training Centers (FLETC) facilities in accordance with all federal, state and local regulations. a. GLYNCO, GEORGIA b. ARTESIA, NEW MEXICO c. CHARLESTON, SOUTH CAROLINA Set-Aside Requirement. This solicitation is a total set aside for small business. NAICS: 562211 This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov, IAW FAR 4.1102(a). Period of Performance: Period of Performance shall be complete as stated under this contract. Actual dates will be determined at time of award. Base Year � 26 August, 2025 to 25 August 2026 Option Year 1 � 26 August, 2026 to 25 August 2027 Option Year 2 � 26 August, 2027 to 25 August 2028 Option Year 3 � 26 August, 2028 to 25 August 2029 Option Year 4 � 26 August, 2029 to 25 August 2030 Quote Response Details: Responses are limited to 5 pages. IAW FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, the following factors will be used. Factor 1 � Technical (non-price). Offerors shall submit a Capability Statement that describes the proposed capabilities to meet service requirements outlined in the Performance Work Statement (PWS). The offeror shall address each of the specific tasks as listed in Section 5 of the Performance Work Statement. Detailed responses to each of these requirements will provide an explanation indicating offeror's ability and methodology to be utilized to meet each of the required tasks. Responses are not to be a restatement of the requirement but shall be comprehensive, well-conceived, and include detailed approaches to accomplishing the tasks and providing the deliverables. The technical proposal should demonstrate that the offeror understands the overall scope of services and their interrelationships in order to optimize responsiveness, timeliness, efficiency, and effectiveness of services rendered. Factor 2 � Past Performance (non-price). The offeror shall submit a minimum of two (2) references of relevant past performance to requirements to include contract numbers, description of services provided, and point of contact information. ""Relevant' is defined as work that is the same or very similar to the work being identified in the PWS. Attachment 2. Factor 3 - Price. Offerors shall submit firm-fixed pricing of each item inclusive of all costs required by this solicitation. The contract type for this contract is firm-fixed price (FFP). Include complete identification of all resources required to accomplish the work required by the PWS. Pricing shall include completed of the Combined Synopsis/Solicitation Part B Pricing. Offerors pricing must provide a statement acknowledging the use McNamara-O�Hara Service Contract Act (SCA). Award Basis. The Government will utilize the evaluation procedures, IAW FAR Part 13.106-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1: Technical FACTOR 2: Past Performance FACTOR 3: Price Contractor must be able to pass security background investigations to gain access to Federal Government secured facility. Quotes shall be submitted electronically via email jeffrey.e.redecker@fletc.dhs.gov and are due later than August 14, 2025, 3:00 PM EDT. Reference Solicitation No. RFQ 70LGLYQGLB00058 Phone calls are not permitted. Questions are to be submitted via email. Q&A posting will be issued by solicitation amendment. Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition Acceptance of an award certifies that the contractor will comply with FAR 52.222-50 Combating Trafficking in Persons by notifying all employees and subcontractors at all levels.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f0e92bf0fa8467196eedb04cb4d0bfe/view)
 
Place of Performance
Address: Brunswick, GA, USA
Country: USA
 
Record
SN07533103-F 20250803/250801230040 (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 |
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.