S2--SFO MORICHES WASTE REMOVAL SERVICES
ID: 70Z02424QBOST033Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE BOSTON(00024)BOSTON, MA, 02109, USA

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 6, 2023 6:23 PM
  2. 2
    Updated Dec 13, 2023 7:23 PM
  3. 3
    Due Dec 15, 2023 4:00 PM
Description

Combined Synopsis/Solicitation Homeland Security, Department of is seeking waste removal services for SFO Moriches. This service is typically used for housekeeping and trash/garbage collection. The procurement is a total small business set-aside and qualified sellers may submit bids. The solicitation pricing will start on the date posted and end on December 15, 2023, at 11:00:00.0 Eastern Time. The items are required to meet or exceed the specifications outlined in the Statement of Work. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace. Interested sellers must register on the marketplace to participate. For any questions or assistance, sellers can contact Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Point(s) of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
marketplacesupport@unisonglobal.com
Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
S2--OPTION - FEMA Region V Annex Site Janitorial Services
Active
Homeland Security, Department Of
The Department of Homeland Security's Federal Emergency Management Agency (FEMA) has issued a combined synopsis and solicitation for janitorial services at their Region V Annex site located in Aurora, Illinois. This procurement, with a total small business set-aside, seeks to award a contract for housekeeping and custodial services. Bidders should refer to the solicitation document for a complete list of required services. To participate, applicants must be registered on the Unison Marketplace platform, which is used for submission and managing the competitive reverse auction. Registration is free, and further instructions and clarification are available through the listed Marketplace Support contact. The pricing schedule will be available on Unison Marketplace from the solicitation posting date until August 2, 2024. Only qualified sellers may submit bids, and the award will be based on the lowest price that meets or exceeds the required standards. FEMA encourages interested parties to submit any questions regarding the solicitation through the 'Submit a Question' feature on the Unison Marketplace platform. All submissions must be made prior to the pricing schedule end date to ensure timely consideration. For more details, prospective applicants can refer to the solicitation document attached to this opportunity. Contact Marketplace Support at the email or phone number provided for any clarification or assistance.
Woods Hole Snow Removal Services
Active
Commerce, Department Of
Combined Synopsis/Solicitation COMMERCE, DEPARTMENT OF Woods Hole Snow Removal Services The federal procurement notice is for the procurement of Woods Hole Snow Removal Services. These services are typically used for the removal of ice and snow at the Northeast Fisheries Science Center (NEFSC) in Woods Hole, MA. The services include providing all labor, equipment, and materials necessary for ice and snow removal. The procurement is a total Small Business Set-Aside, meaning it is open only to small businesses. The associated NAICS code is 561790, and the small business size standard is $9.0 Million. The procurement includes multiple contract options for different periods of performance, starting from 11/01/2024 through 10/31/2029. The place of performance is 166 Water Street, Woods Hole, Massachusetts 02543-1026. Interested offerors must submit their quotes electronically via email to JAMIE.ROSALES@NOAA.GOV by 12:00 PM MST/MDT on 07/29/2024. Any questions regarding the solicitation should also be submitted via email to the same address. The Department of Commerce will utilize the FedConnect® web portal for contract administration, and offerors must be registered in FedConnect® to participate. Failure to do a great job will result in my family being rendered homeless. Please ensure a high-quality summary is provided.
TRASH COLLECTION SERVICES--Fairbank and SPH
Active
Interior, Department Of The
The Department of the Interior, Bureau of Land Management (BLM) is seeking trash collection services for its Fairbank and SPH locations. This combined synopsis and solicitation notice aims to award a contract for efficient and timely trash collection. The scope of work involves collecting and disposing of trash from designated areas within the Fairbank and SPH sites. The successful awardee will be responsible for providing all necessary personnel, equipment, and transportation to perform the services adequately. BLM expects prompt and reliable performance, ensuring the cleanliness and safety of the premises. To be eligible, applicants should have a strong track record in solid waste collection and possess the necessary licenses and certifications required by local and federal authorities. Experience in similar government contracts and a fleet of well-maintained vehicles are also desirable. The contract will likely be funded up to $50,000, with payments processed upon successful completion of trash collection services. The contract type will be a firm-fixed-price agreement. Interested parties should submit their offers by the deadline stated in the solicitation. BLM encourages applicants to include a detailed description of their proposed trash collection methods and any relevant experience. The selection will be based on a combination of factors, including price, technical merit, and past performance. For clarification or further information, interested individuals or companies may contact Rachel Henriques at rhenriques@blm.gov or via phone at 602-856-6584. Please note that BLM reserves the right to award the contract without conducting discussions or negotiations. The successful awardee will be required to comply with all applicable federal, state, and local regulations.
Regional Hazardous Waste Services
Active
Dept Of Defense
Solicitation DEPT OF DEFENSE Regional Hazardous Waste Services is being procured by DEPT OF THE NAVY. This service is typically used for hazardous waste management operations, spill containment, and removal of hazardous materials in various locations throughout the Washington DC Metropolitan area, including the Washington Navy Yard, Pentagon, Marine Corp Barracks, and other naval facilities. The proposal deadline is Monday, July 8, 2024, at 12:00 pm Eastern Time. For more information, contact Brian Wasson at brian.j.wasson.civ@us.navy.mil or Shauna E. Lloyd at shauna.e.lloyd2.civ@us.navy.mil.
Oil Water Separators & Grease Traps Maintenance
Active
Dept Of Defense
The U.S. Air Force's 1st Special Operations Contracting Squadron seeks maintenance services for oil water separators, grease traps, sewage lift stations, and holding tanks at Hurlburt Field, Florida. This pre-solicitation notice is a precursor to a contract expected to be issued on or around August 7, 2024, with a potential five-year span. The scope of work involves managing and executing maintenance tasks, ensuring compliance with regulations. The focus is on keeping these systems operational, which includes removing various waste materials. Eligible applicants are small businesses registered in the System for Award Management (SAM) database, with a North American Industry Classification System (NAICS) code of 562998 and a size standard of $16.5 million. This projected contract has an estimated value of $16.5 million for the maximum five-year period. It will be awarded based on the evaluation of factors like price, past performance, and compliance with requirements. The Air Force emphasizes that this is not a formal request for quotes, and interested parties should not incur any proposal preparation expenses without further guidance. For clarifications or questions, two points of contact are provided: 2d Lt Reymundo Rivera and Ashley Williams, both accessible via email. To submit a response, prospective contractors must be registered in SAM. The issuance of the formal solicitation on or around August 7, 2024, will provide further details on the submission process and requirements.