Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 04/24/2025
Response Date: 05/13/2025
Archive Date: 05/28/2025
More Opportunities
Solicitation Number:
W9124R25QA0002
Primary NAICS:
562111 - Solid Waste Collection
Notice Type:
Combined Synopsis/Solicitation
Location:
Yuma Proving Ground Arizona 85365 USA
Set Aside:
SBA
Amendment 0001
The purpose of Amendment 0001 is to:
a. Revise the SAM.gov combined synopsis and solicitation posting with the following changes:
-Revise the sentence from "As well the Offeror is required to provide the Quality Control Manager (QCM) resume demonstrating a minimum of two (2) years of documented relative Solid Waste Management services experience and shall be responsible for the overall management and implementation of the Contractor's Quality Control Plan IAW PWS Section 1.7.8.5.2." to "Also the Offeror is required to provide the Quality Control Manager (QCM) resume demonstrating a minimum of two (2) years of documented relative Solid Waste Management services experience and shall be responsible for the overall management and implementation of the Contractor's Quality Control Plan IAW PWS Section 1.7.8.5.2."
---Revise the sentence from "Offer is required to provide technical literature which will be evaluated for technical acceptability" to "The Offeror is required to provide technical literature which will be evaluated for technical acceptability. This can include capability statements that demonstrate work on similar contracts. The Offeror is to use TE-4 Routine and Periodic Services to see the requirement's current level of service (BLACK level) when submitting proposals."
b. Revise Attachment 1 - PWS based on the feedback received in the Questions and Answers log received from industry. The sections of the PWS that have been updated are: PWS 1.1, PWS 1.7.4, PWS 3.2, PWS 3.6, PWS 5.2.2.1, PWS 5.2.2.6.2, PWS 5.2.2.10, PWS 5.2.4.2, PWS 5.2.3.3, PWS 5.2.6.1, PWS 5.2.6.4, PWS 5.2.6.5, and PWS 5.2.7.1. The modifications have been highlighted in bold for clarity.
c. Revise Attachment 2- Solid Waste Service Orders - Pricing Schedule Sheet based on feedback received from the Questions and Answers log received from industry.
d. Revise Attachment 3 – Questions and Answers Log to reflect the questions and answers received from industry.
e. Revise Attachment 5 - W9124R-25-Q-A0002 – SF 1449 with the following changes:
--- The contracting writing system inadvertently generated an incorrect solicitation issue date of issuance and release. While the amendment cites 10 April 2025 as the solicitation issue date, the accurate solicitation issue date is, in fact, 08 April 2025.
---Change CLINs 0001, 1001, 2001, 3001, and 4001 CLIN description from " Routine and Periodic Pickup Service" to "Routine Pickup Service".
---Change CLINs 0002, 1002, 2002, 3002, and 4002 CLIN description from "Service Order" to "Periodic Service Order".
---FAR 52.217-9; change the total duration of the contract from "shall not exceed 36 months" to "shall not exceed 60 months".
---FAR 52.212-2; revise the sentence from "As well the Offeror is required to provide the Quality Control Manager (QCM) resume demonstrating a minimum of two (2) years of documented relative Solid Waste Management services experience and shall be responsible for the overall management and implementation of the Contractor's Quality Control Plan IAW PWS Section 1.7.8.5.2." to "Also the Offeror is required to provide the Quality Control Manager (QCM) resume demonstrating a minimum of two (2) years of documented relative Solid Waste Management services experience and shall be responsible for the overall management and implementation of the Contractor's Quality Control Plan IAW PWS Section 1.7.8.5.2."
---FAR 52.212-2; revise the sentence from "Offer is required to provide technical literature which will be evaluated for technical acceptability" to "The Offeror is required to provide technical literature which will be evaluated for technical acceptability. This can include capability statements that demonstrate work on similar contracts. The Offeror is to use TE-4 Routine and Periodic Services to see the requirement's current level of service (BLACK level) when submitting proposals."
---The changes are reflected in Attachment 6 - Solicitation Amendment W9124R25QA0020001 SF 30. The Offeror shall sign the amendment to acknowledge the changes. Any current or future amendments, the Offeror shall sign them and include them when submitting proposals.
f. Uploaded Attachment 6 - Solicitation Amendment W9124R25QA0020001 SF 30 to reflect the changes made in the solicitation.
g. Revise TE-4 Routine and Periodic Services to reflect the requirement's current level of service (BLACK).
h. No other changes to the solicitation have been made.
REQUEST FOR QUOTE (RFQ)
The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting a quote for is to provide solid waste removal and providing dumpsters and roll off receptables throughout USAYPG. The Contractor shall perform Solid Waste Management services in accordance with the Performance Work Statement (PWS) and the technical exhibits. This will result in a non-personal services contract. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform all solid waste management service tasks and frequencies as described and defined in the PWS, Part 5 Specific Tasks and Technical Exhibit - 4, Routine & Periodic Services, except for those items specified as government furnished property and government furnished services).
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined solicitation for commercial items, as supplemented with additional information included in this notice. This requirement is a commercial item acquisition in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. Request for Quotes (RFQs) are being requested and a written solicitation will not be issued. Quotations are being requested for solicitation no. W9124R-25-Q-A002.
This solicitation will result in a single-award, Firm Fixed Price Contract Line-Item Number (CLINs) contract. This requirement is being solicited as a 100 percent small business set-aside. The North American Industry Classification Systems (NAICS) Code is 562111 – Solid Waste Collection with a size standard of $47M. NAICS code 562111 was selected as it comprises of establishments primarily engaged in one or more of the following: (1) collecting and/or hauling nonhazardous solid waste (i.e., garbage) within local area; (2) operating nonhazardous solid waste transfer stations; and (3) collecting and/or hauling mixed recyclable materials within local area.
DESCRIPTION OF SERVICE:
o Scheduled solid waste collection and diversion/disposal, and maintenance services (for all specified collection stations and equipment).
o Special Event Support.
o As Ordered / Requested Tasks.
o Transportation/disposal of non-hazardous contaminated soil.
o Collection of any type of waste other than non-hazardous solid waste, recyclables, and waste for fuel.
The period of performance including all options is:
Phase In/Phase Out: 01 August 2025 – 31 August 2025
Base Period: 01 September 2025 – 31 July 2026
Option Period 1: 01 August 2026 – 31 July 2027
Option Period 2: 01 August 2027 – 31 July 2028
Option Period 3: 01 August 2028 – 31 July 2029
Option Period 4: 01 August 2029 – 31 July 2030
Offeror that fails to furnish required representation or technical information as required by Federal Acquisition provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/.
The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), whereby Technical Capability is the primary factor in accordance with technical requirements in the PWS, and Lowest Price is the secondary factor when the proposal meets the acceptability standards identified. The Offeror is required to furnish the Project Manager (PM) resume demonstrating a minimum of two (2) years of documented experience of relative Solid Waste Management service and scheduling of workflow in accordance with (IAW) PWS Section 1.7.8.5.1. Also the Offeror is required to provide the Quality Control Manager (QCM) resume demonstrating a minimum of two (2) years of documented relative Solid Waste Management services experience and shall be responsible for the overall management and implementation of the Contractor's Quality Control Plan IAW PWS Section 1.7.8.5.2. More information on the resumes is located in Attachment 1 - PWS under PWS Section 1.7.8.5, Key Personnel. The Offeror is required to provide technical literature which will be evaluated for technical acceptability. This can include capability statements that demonstrate work on similar contracts. The Offeror is to use TE-4 Routine and Periodic Services to see the requirement's current level of service (BLACK level) when submitting proposals. Provide pricing for each type of service order located in Attachment 2 - Solid Waste Service Orders - Pricing Schedule Sheet. Offers shall not exceed the base and option year CLINs set amount. Offerors are not required to quote an overall cost when submitting proposals. Tradeoffs are not permitted. An award will be made on an all-or-nothing basis.
As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required to price the base period to include all option-year CLIN. Offerors shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise FAR clause 52.217-8, the extension of services, at the end of any performance period (base or option-year CLINs).
The quote shall include transportation costs to USAYPG Yuma, Arizona 85365-9498. Arizona vendors are to include Arizona Privilege Tax. Transportation (if applicable) shall be incorporated into your quoted price. Payment will be made through Wide Area Workflow. Delivery shall be made to USAYPG, AZ 85365-9498 with F.O.B (Freight on Board) Destination in accordance with FAR 52.247-34.
Payment will be made through Wide Area Workflow (WAWF). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR 2025-03 effective 17 January 2025 and DFARS Change 01/17/2025 effective 17 January 2025. Offeror is required to complete FAR clause 52.212-3 in full text in Attachment 5 - W9124R-25-Q-A0002 – SF 1449.
All questions shall be emailed with the attached Attachment 3 – Questions and Answers Log to Ms. Damaris Castillo, Contract Specialist, by phone at (928) 328-2845 or by email at damaris.i.castillo.civ@army.mil or Ms. Amanda M. Ramirez, Contracting Officer, by phone at (928) 328-4146 or by email at amanda.m.ramirez24.civ@army.mil by 11:00 AM Mountain Time no later than 18 April 2025.
This solicitation closes on Tuesday, 13 May 2025 at 12:00 pm (noon) Mountain Standard Time (MST). Electronic quotations are acceptable and must be received on or before the closing date and time of this solicitation. Quotes are required to be sent by e-mail to the point of contact specified in this solicitation. You must include reference to RFQ W9124R-25-Q-A002 in the subject line.
Attachments:
Attachment 1 – PWS
Attachment 2 - Solid Waste Service Orders - Pricing Schedule Sheet
Attachment 3 – Questions and Answers Log
Attachment 4 - Service Contract Act WD 2015-5475 Rev.24
Attachment 5 - W9124R-25-Q-A0002 – SF 1449
Attachment 6 - Solicitation Amendment W9124R25QA0020001 SF 30
TE-1 YPG Collection Sites Map
TE-2 Collection Sites Data
TE-3 Historical Workload
TE-4 Routine and Periodic Services
TE-5 Service Order Zones
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.