36 LRS WRM Concrete Disposal
ID: FA524024Q3007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes from qualified small businesses for the removal and disposal of concrete super sacks at Andersen Air Force Base in Guam. The project involves the disposal of 800 concrete super sacks, each weighing 3,000 lbs, with a performance period of 90 days post-award, requiring compliance with safety and operational protocols. This procurement is critical for maintaining environmental standards and efficient waste management at military installations. Interested contractors must submit their quotes by September 23, 2024, and are encouraged to contact Monique Rapolla at monique.rapolla@us.af.mil or Tommyjay Taitano at tommyjay.taitano@us.af.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for the removal and disposal of 800 concrete super sacks, each weighing 3,000 lbs, located at Andersen Air Force Base in Guam. The contractor must manage all aspects of this project, including personnel, materials, and equipment, ensuring the safe and efficient disposal of the concrete at off-base sites. The contract has a performance period of 90 days post-award, during which all work must occur during standard operating hours. The contractor is responsible for the safety and quality of the services provided, and any damages caused by negligence fall under their liability. The document emphasizes the importance of timely communication and provides a point of contact for contractual matters. It details government-provided services, including emergency medical assistance, stipulates security protocols, and addresses compliance with local traffic laws and physical security standards. The contractor must follow established procedures for base access, manage employee identification, and ensure all properties are secured after work hours. This comprehensive framework serves to maintain safety, efficiency, and compliance with military and federal regulations throughout the duration of the project.
    The document outlines a Request for Proposal (RFP) from the federal government regarding services for the removal and disposal of WRM concrete super sacks. The task involves a single job, as indicated by the only line item (CLIN 0001) with a specified quantity of 1 but does not provide pricing details for the unit or total costs. The document is structured simply, focusing on the service description and parameters expected, referencing compliance with a Performance Work Statement (PWS). This highlights the organization's intent to solicit qualified vendors capable of adhering to specified performance standards, which is a common procedure in federal RFP processes. The aim is to ensure effective and regulated handling of waste materials, reflecting broader government efforts to maintain environmental and public safety standards in contracting processes.
    The document outlines wage determinations under the Service Contract Act, dictated by the U.S. Department of Labor. Effective January 30, 2022, contracts subject to this Act must pay a minimum wage of at least $17.20 per hour, with annual adjustments based on Executive Order 14026. The wage determination lists wage rates for various occupations across several areas, including Guam, Northern Marianas, and Wake Island, detailing specific rates for administrative, food service, technical, and health occupations, along with fringe benefits such as health and welfare contributions and vacation pay. It also describes requirements for contractors concerning uniform and additional classifications of work not listed in the wage determination. These details ensure compliance with federal labor standards and provide contractual transparency. The purpose of the document is to establish clear wage guidelines that promote fair compensation for service contract workers, reflecting the government's commitment to labor protections in federal contracting.
    The document outlines the instructions for offerors participating in the federal procurement process for the contract FA524024Q3007 focused on concrete disposal services. It specifies the relevant North American Industry Classification System (NAICS) codes and small business size standards, emphasizing the importance of the proper classification of offers. Key submission requirements include providing a signed offer within a ten-page limit, a technical description of the products, pricing using a provided attachment, and a completed set of representations and certifications. The document emphasizes the need for past performance information, including the submission of Past Performance Fact Sheets and corresponding questionnaires that will aid the government in evaluating offers. Offerors are encouraged to submit multiple offers with alternative terms and are reminded of their responsibility to ensure timely submission. The government aims to evaluate offers based on their initial submission without discussions, reserving the right to reject any or all offers. A unique entity identifier is mandatory for all offers exceeding the micro-purchase threshold, and debriefing procedures post-award are outlined for transparency. Overall, the instructions provide a structured approach to ensure compliance with federal acquisition regulations, emphasizing the importance of thorough and timely submissions in the competitive bidding process.
    The document outlines the evaluation criteria for a government solicitation under the RFP FA524024Q3007, specifically regarding concrete disposal services. The government aims to award a contract to the responsible offeror whose proposal offers the greatest overall advantage, considering price and other evaluation factors. The evaluation categories include the capability of the offered services to meet requirements, past performance history, and pricing. Proposals must meet the solicitation's requirements to be deemed acceptable or unacceptable. Past performance is assessed based on recent and relevant performance history, and offerors must submit detailed performance data. Price evaluation will involve ranking acceptable proposals and ensuring the fairness and reasonableness of pricing, with the potential for a price realism analysis if necessary. The government's acceptance of a proposal creates a binding contract, highlighting the significance of meeting specified requirements. This structure ensures comprehensive assessment to facilitate effective government procurement while safeguarding taxpayer interests and service quality.
    The document outlines the solicitation provisions and clauses related to the Concrete Disposal services under Request for Proposal FA524024Q3007 by the 36th Logistics Readiness Squadron. It incorporates several Federal Acquisition Regulation (FAR) clauses that outline legal obligations and requirements for contractors dealing with federal contracts. Key provisions include compliance with federal laws and executive orders relevant to commercial services and products, such as prohibitions on certain telecommunications and surveillance services, as well as stipulations for small business utilization and contracting ethics. Contractors are required to be aware of the clauses that require specific actions, including ensuring no subcontractor relationships violate federal laws regarding confidentiality, disadvantaged businesses, and workplace discrimination. The document also mandates adherence to reporting requirements and payment obligations, particularly for small business subcontractors. Additionally, terms for electronic payments and compliance with service contract labor standards are specified. This structured approach ensures that contractors understand their responsibilities within the context of federal procurement practices and reinforces standards for accountability and ethical conduct in government contracting.
    The document FA524024Q3007 pertains to a Past Performance Fact Sheet as part of the federal RFP process for concrete disposal under the 36 LRS WRM. It outlines a structured format for contractors to provide relevant contract information, including identification details, contract schedule, dollar values, and descriptions of work performed. Specifically, it asks contractors to indicate their role in the contract, the awarding process (competitive or not), and the relevance of the project, along with customer agency identification and respondent contact information. The file emphasizes the necessity of providing compliant and detailed past performance data, which is crucial for source selection under federal acquisition regulations. This process is designed to assess the capability and reliability of the offerors for current and future government contracts, ensuring accountability and quality in execution.
    The document FA524024Q3007 pertains to a Request for Proposal (RFP) from the government for the disposal of concrete at Andersen Air Force Base, Guam. It emphasizes the necessity of evaluating past performance of contractors as part of the selection process for awarding a firm-fixed-price contract. The government seeks input from previous clients regarding the contractor's work over the past three years. The main components of the attached Past Performance Questionnaire include sections for contract identification, customer or agency information, respondent identification, and performance ratings based on various criteria such as ability to maintain standards, respond to difficulties, provide qualified manpower, adhere to schedules, and customer service. Each performance question allows a rating scale from Excellent, Satisfactory, Unacceptable, to Not Applicable. Responses must be submitted by September 23, 2024, to specific government points of contact. Overall, the document underscores the importance of past performance in the evaluation of contractors, aiming to ensure quality and reliability in contract execution.
    The document is a combined synopsis/solicitation (RFQ number FA524024Q3007) for Concrete Super Sack disposal services at Andersen Air Force Base (AAFB), Guam. It is set aside for small businesses under the NAICS code 562111, which pertains to solid waste collection, with a size standard of $47 million. The government is seeking quotes in accordance with the Performance Work Statement, with a contract period not to exceed 90 days following award. Key submission deadlines include questions due by 18 September 2024, with quotes required by 23 September 2024. Offers must comply with the specified provisions in attachments regarding evaluation criteria, pricing, and contract terms. To be eligible for award, all companies must be registered on SAM.gov and provide required representations and certifications. The acquisition is to be conducted under Simplified Acquisition Procedures, with the intention to award a firm fixed-price contract to the most advantageous offer. The document includes multiple attachments providing further details on requirements, pricing, past performance assessments, and more, underscoring the structured approach of government solicitations to ensure compliance, transparency, and competitiveness in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.
    36FSS WATER SOFTENER SYSTEM AND INSTALLATION (GUAM)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Water Softener System and its installation at Andersen Air Force Base in Guam, under solicitation number FA524024QM124. The procurement is exclusively set aside for small businesses, requiring compliance with specific technical specifications, including a flow rate of 130 to 184 gallons per minute and a system capacity of 328 to 394 kilograms, among other criteria. This initiative is crucial for maintaining operational readiness at the facility, ensuring the provision of essential water purification services. Interested vendors must submit their quotes by September 25, 2024, and are encouraged to attend a pre-proposal site visit on September 23, 2024, for further insights into the project requirements. For inquiries, contact Emily Gumataotao at emily.gumataotao.1@us.af.mil or TSgt Samuel Gordon at samuel.gordon@us.af.mil.
    554 RHS Freighter Vehicle Part - Andersen AFB, Guam
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Freightliner vehicle part, designated as part number 301D/DDE R23534729, intended for a 2018 Freightliner M2 vehicle at Andersen Air Force Base in Yigo, Guam. This acquisition is fully set aside for small businesses under NAICS Code 336310, emphasizing the importance of sourcing OEM components to maintain military vehicle operational readiness. Vendors must submit their quotes by 1:00 PM Chamorro Standard Time on September 20, 2024, with delivery expected 160 days post-award, and all inquiries should be directed to the designated contacts by September 13, 2024. For further information, interested parties can reach out to Shelby Benko at shelby.benko.1@us.af.mil or SSgt Vanessa Gray at vanessa.gray.1@us.af.mil.
    554 RHS Lab Equipment - Andersen AFB, Guam
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide laboratory equipment for the 554th RHS at Andersen Air Force Base in Guam. The procurement includes specific equipment such as Automatic Control Compression Machines, an NCAT Asphalt Furnace, and Single Indexing Marshall Compactors, all essential for testing concrete and asphalt mixtures in civil engineering applications. This opportunity is set aside exclusively for small businesses under NAICS Code 334515, with a submission deadline for quotes on September 23, 2024, and inquiries directed to 2d Lt Shelby Benko or SSgt Vanessa Gray at the provided contact information. Interested vendors must be registered in the System for Award Management (SAM) and comply with all federal contracting regulations.
    732d Air Mobility Squadron - Regulated Waste Pickup and Disposal Services
    Active
    Dept Of Defense
    The Department of Defense, through the 673d Contracting Squadron, is soliciting quotes for regulated waste pickup and disposal services for the 732d Air Mobility Squadron at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for collecting, transporting, and disposing of regulated waste in compliance with federal and state regulations, including obtaining necessary permits and maintaining detailed logs. This service is crucial for ensuring environmental compliance and health standards at the base, with the contract period set from October 1, 2024, to September 30, 2029, encompassing a base year and four option years. Interested vendors must submit their quotes by 12:00 PM AKST on September 19, 2024, and can direct inquiries to Doung Tan Nguyen or Tulay Urganci via the provided contact details.
    Nellis AFB 40YD Dumpster Roll-Off Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of 40YD Dumpster Roll-Off Service for Nellis AFB. This service is typically used for housekeeping and trash/garbage collection purposes. The procurement will be set aside for small businesses, and the place of performance is Nellis AFB in Nevada, USA. The period of performance is from November 10, 2023, to November 9, 2024. Interested parties are invited to submit a complete quote via email, following the provided instructions. The evaluation of offers will consider technical capability and price, with the lowest price technically acceptable methodology being used. The deadline for submitting offers is November 8, 2023, at 12:00 PM PDT. For more information, interested parties can contact Suzanna Kussman, the Contract Specialist, or Adam R. Confer, the Contracting Officer.
    BOM Concrete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide 1,400 cubic yards of concrete for the construction of a K-Span structure at NASA's Kennedy Space Center in Florida. The concrete must conform to ASTM standards C150 and C33, with specific requirements including a maximum aggregate size of 3/4 inches and no additives. This procurement is crucial for supporting infrastructure projects and ensuring compliance with federal regulations, with a submission deadline for quotes set for September 30, 2024, at 8:00 A.M. EST. Interested vendors can reach out to Cynthia Whittaker or Cierra Hallmon via email for further inquiries.
    628 CES ATSO (Ability To Survive and Operate) Yard Combined Synopsis and Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of construction materials at Joint Base Charleston, South Carolina, under the combined synopsis and solicitation RFQ FA441824Q0088. The requirement includes specific quantities of materials such as 92 cubic yards of 4000 psi concrete, 500 cubic yards of graded aggregate base course, and various other supplies essential for supporting the Air Mobility Command's training structures. These materials will facilitate the construction of medium and small-sized structures used for Ready Airman Training (RAT), which is critical for preparing personnel for deployment. Interested small businesses must submit their electronic offers by 2:00 PM ET on September 17, 2024, and can direct inquiries to Lt Aaryn Scires or Morgan Thulin at the provided contact information.
    731 EATKS JP-8 Fuel Removal & Disposal, Tank Cleaning & Inspection
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a firm-fixed price contract to remove and dispose of approximately 21,000 gallons of contaminated JP-8 fuel at Campia Turzii Air Base in Romania, along with cleaning and inspecting the fuel tank. This procurement is critical for ensuring compliance with environmental safety regulations and maintaining operational readiness, as it involves the safe handling and disposal of hazardous materials. Interested contractors must submit their quotes by the specified deadline, with the performance period set to commence on September 30, 2024, and conclude by November 29, 2024. For further inquiries, interested parties can contact Joshua Largent at joshua.largent@us.af.mil or Theobeat Cheon at theobeat.cheon.1@us.af.mil.
    USAFA Sijan Hall Dormitory Furniture Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking small business contractors for the disposal of excess furniture and equipment from Sijan Hall dormitory storage areas in Colorado. The project involves the removal of approximately 5,000 metal bookshelves, 2,854 lounge chairs, and various other items, with disposal methods including coordination with the Defense Logistics Agency (DLA) and adherence to federal, state, and local disposal regulations. This initiative is crucial for optimizing space and maintaining efficient resource management within the academy. Interested parties should submit their quotes by September 23, 2024, and can contact Andrew Richardson at andrew.richardson.25@us.af.mil or Kristin Heikkila at kristin.heikkila@us.af.mil for further information.