Search Contract Opportunities

NIOSH Morgantown WV Waste Removal and Recycling Services   3

ID: 75D30125Q00047 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, 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 solicitation number for this requirement is 75D30125Q00047 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.

The Centers for Disease Control and Prevention (CDC) intends to award a firm-fixed-price contract for municipal waste and recycling disposal services at the CDC National Institute of Safety and Health (NIOSH) Morgantown, WV as detailed in the attached Performance Work Statement (PWS). This contract will have a period of performance of one base year and four one-year option periods as follows,

Base Period: 2/1/2025 to 1/31/2026

Option Period One: 2/1/2026 to 1/31/2027

Option Period Two: 2/1/2027 to 1/31/2028

Option Period Three: 2/1/2028 to 1/31/2029

Option Period Four: 2/1/2029 to 1/31/2030

Offerors shall submit a technical proposal, not to exceed four pages, that demonstrates their ability to meet all requirements identified in the PWS. Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience, and will base its evaluation on the information presented in the offeror's proposal.

The offeror's price proposal shall include pricing for the base year and all option years shown in the attached pricing table. Failure to price all line items may make the proposal ineligible for award. The Government will evaluate offerors' proposed price by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Each option period will be evaluated as shown above for the base period with the price analysis conducted in accordance with FAR 13.106-3(a). As part of price evaluation, the Government will evaluate its option to extend services (FAR Clauses 52.217-8 Option to Extend Services) by adding 1 2 of the Offeror's final option period prices to the Offeror's total price. Offerors are required only to price the base, 1st, 2nd, 3rd, and 4th option periods. Offerors shall not submit a price for the potential on-half year extension of services period.

The quote format is at the discretion of the offeror. Specific place of performance information is provided in the PWS.

It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://acquisition.gov.

This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-07 (Sep 30, 2024).

This acquisition is set aside for Small Business under North American Industry Classification System (NAICS) code 562211 and small business size standard of $47 million. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220.

Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov.

The government anticipates selecting the best- suited offeror from initial responses, without engaging in exchanges with offerors. Offerors are strongly encouraged to submit their best technical solutions and price in response to this RFP.

Once the government determines the offeror that is the best-suited (i.e., the apparent successful contractor), the government reserves the right to communicate with only that offeror to address any remaining issues, if necessary, and finalize a purchase order with that offeror. These issues may include technical and price. If the parties cannot successfully address any remaining issues, the Government reserves the right to communicate with the next best-suited offeror based on the original analysis.

Award will be made to the lowest priced technically acceptable offeror whose proposal demonstrates the ability to perform the tasks listed in Section 3 of the PWS.

No telephonic quotes will be processed. All responses must be received no later than 2:00pm Eastern Standard Time on Dec 9, 2024. Any questions must be received no later than 2:00pm Eastern Standard Time on Nov 20, 2024. Please send any questions and quotes to Joseph Butkus at jbutkus@cdc.gov.

The incumbent contractor is RGL Inc., contract #75D30120P07307, with a total value including all options of $149,288.

Attachments:

1. Performance Work Statement

2. Pricing Table

3. Clauses and Provisions

4. Wage Determination

Background
The Centers for Disease Control and Prevention (CDC) intends to award a firm-fixed-price contract for municipal waste and recycling disposal services at the CDC National Institute of Safety and Health (NIOSH) Morgantown, WV.

The contract aims to establish requirements for a qualified vendor to provide on-campus pick-up and disposal services for municipal waste and recyclable materials generated at the Morgantown facilities located at 1095 Willowdale Road and 1000 Frederick Lane. This service is essential due to the steady stream of waste produced by these facilities.

Work Details
The Contractor shall provide all labor, equipment, transportation, and management necessary to perform the following tasks:

1. Domestic Waste Removal Services at 1095 Willowdale Road: Weekly onsite waste removal services including provision of a 35 cubic yard or similar-sized compactor/dumpster.

2. Domestic Waste Removal Services at 1000 Frederick Lane: Twice weekly onsite waste removal services including provision of a 3 cubic yard or similar-sized container.

3. Single Stream Recycling Services at 1095 Willowdale Road: Monthly recyclable removal services including provision of an enclosed 20 cubic yard roll-off recycling container. The recycling services shall include collection of various materials such as paper, cardboard, plastics, aluminum/metal, and glass.

The Contractor must ensure safe transport without spillage, provide a consistent service schedule, maintain facility access protocols, handle any spills or damages responsibly, submit monthly invoices with weight details, and comply with all safety regulations.

Period of Performance
Base Period: February 1, 2025 to January 31, 2026; Option Period One: February 1, 2026 to January 31, 2027; Option Period Two: February 1, 2027 to January 31, 2028; Option Period Three: February 1, 2028 to January 31, 2029; Option Period Four: February 1, 2029 to January 31, 2030.

Place of Performance
CDC NIOSH facilities located at 1095 Willowdale Road and 1000 Frederick Lane in Morgantown, WV.

Overview

Response Deadline
Dec. 9, 2024, 2:00 p.m. EST Past Due
Posted
Nov. 8, 2024, 10:45 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Morgantown, WV 26505 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
91% of obligations for similar contracts within the Centers for Disease Control and Prevention were awarded full & open.
On 11/8/24 Centers for Disease Control and Prevention issued Synopsis Solicitation 75D30125Q00047 for NIOSH Morgantown WV Waste Removal and Recycling Services due 12/9/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562111 (SBA Size Standard $47 Million) and PSC S205.
Primary Contact
Name
Joseph Butkus   Profile
Phone
None

Secondary Contact

Name
Mark Draluck   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 75D30125Q00047

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75D30125Q00047

Award Notifications

Agency published notification of awards for Synopsis Solicitation 75D30125Q00047

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75D30125Q00047

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75D30125Q00047

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75D30125Q00047

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75D30125Q00047

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > CENTERS FOR DISEASE CONTROL AND PREVENTION > CDC OFFICE OF ACQUISITION SERVICES
FPDS Organization Code
7523-00254
Source Organization Code
100188028
Last Updated
Dec. 24, 2024
Last Updated By
syq1@cdc.gov
Archive Date
Dec. 24, 2024