This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number 30287PR250000010 is issued as a request for quotation (RFQ).
The solicitation document and incorporated provisions and clauses, including any deviations, are those in effect through Federal Acquisition Circular FAC 2025-04_.
This solicitation is a TOTAL SMALL BUSINESS set-aside.
NAICS Code and Size Standard: The principle nature of the requirements described in this solicitation is consistent with services performed by industries in the parent NAICS code of 561210 FACILITIES SUPPORT SERVICES with a size standard of $47M.
PSC Code: The services in this solicitation are best represented by PSC Code S205 HOUSEKEEPING-TRASH/GARBAGE COLLECTION
Contract Line Items and Contract Type
- CLIN 0001 – BASE YEAR (Firm Fixed Price) Deliver NEW 8-yard dumpster to USCG Station Milford Haven,63 Mill Point Rd, Hudgins, VA 23076. Dumpster rental fee shall be included in the monthly service price. Collect and dispose of rubbish on a once-per-week basis on a set schedule that is agreed upon by requiring office, Contractor and Contracting Officer.
- CLIN 0002 – OPTION YEAR ONE (01) (Firm Fixed Price) Collect and dispose of rubbish on a once-per-week basis on a set schedule that is agreed upon by requiring office, Contractor and Contracting Officer. Inspect the dumpster and confirm it is in proper working order and good condition. If the dumpster requires replacing, the Contractor shall replace with a new 8-yard dumpster.
- CLIN 0003 – OPTION YEAR TWO (02) (Firm Fixed Price) Collect and dispose of rubbish on a once-per-week basis on a set schedule that is agreed upon by requiring office, Contractor and Contracting Officer. Inspect the dumpster and confirm it is in proper working order and good condition. If the dumpster requires replacing, the Contractor shall replace with a new 8-yard dumpster.
- CLIN 0004 – OPTION YEAR THREE (03) (Firm Fixed Price) Collect and dispose of rubbish on a once-per-week basis on a set schedule that is agreed upon by requiring office, Contractor and Contracting Officer. Inspect the dumpster and confirm it is in proper working order and good condition. If the dumpster requires replacing, the Contractor shall replace with a new 8-yard dumpster.
- CLIN 0005 – OPTION YEAR FOUR (04) (Firm Fixed Price) Collect and dispose of rubbish on a once-per-week basis on a set schedule that is agreed upon by requiring office, Contractor and Contracting Officer. Inspect the dumpster and confirm it is in proper working order and good condition. If the dumpster requires replacing, the Contractor shall replace with a new 8-yard dumpster.
Solicitation Provision and Clauses
Where Federal Acquisition Regulation Clause Language is inconsistent with FAR 13.004, Legal Effect of Quotations, the language is hereby tailored in accordance with FAR 12.302 to be consistent with a Request for Quotations (RFQ). This tailoring includes, but is not limited to, the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary are hereby modified to be consistent with FAR 13.004. Where the word “offer/offeror” or a derivative of that word appears, it is changed to “quote/quoter” or a derivative of that word.
FAR Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
FAR Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services.
Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with your offer.
FAR Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.
FAR Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.
Agency specific/optional provisions and clauses: See attached applicable/additional provisions and clauses.
In addition to the attached provisions and clauses, additional requirements are listed in the Statement of Work and include but not limited to Contractor access, safety, and travel.
Offeror’s must give special attention to the provisions and clauses in this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2025-04. It is the offeror’s responsibility to be familiar with the applicable provisions and clauses. The provisions and clauses may be accessed in full text at www.acquisition.gov.
Proposal Preparation and Submission
Responses to this notice shall include:
A written narrative of contractor’s capability to provide the requirement and/or marketing materials that identify the features of their particular enterprise as it relates to this specific requirement.
Company size in relation to the applicable NAICS code 561210 and sociaoeconomic status of the company.
Company name, address, and POC with contact phone number and email address.
Commerical and Government Entity (CAGE) code.
Unique Entity ID (UEI) number.
Responsible sources must be registered and active in the System for Award Management (SAM) database.
Submission of proposals shall be addressed to the Contracting Specialist, Katherine.M.Roberts2@uscg.mil and the Contracting Officer, Keasha.M.Colvin@uscg.mil.
Quotes shall be submitted in Adobe .PDF or Word .DOC format and document sizes shall be kept under 1 MB each.
Quotes are due by AUGUST 25, 2025 at 3:00pm EST (1500 hours).
Evaluation Factors and Basis of Award
The Government intendes to evaluate quotes and award a contract without discussions with offerors. Therefore, the offeror’s quotes should contain the offeror’s best terms from a technical and price standpoint. However, the Government reservches the right to conduct discussions if later determined by ther Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote, if the lowest quote is not technically acceptable;p and waive informalities and minor irregularities in quotes received.
The evaluation factors for this solicitation include Technical and Price. The Government reserves the right to make award to the offeror whose quote provides the best overall value to the government.
Technical Evaluation: At a minimum, the quote shall address the minimum technical specifications outlined in the Statement of Work (SOW) with service specification literature demonstrating that the offeror is able to meet the Government’s requirements. Technical factor ecompasses experience, technical approach, quality control and past performance.
Price Evaluation: Offerors shall insert the unit price for each separately priced item/labor category and complete extended prices in their quote; partial quotes will not be considered.
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers or quotations for award purposes by adding the total price for all options to the total price for the basic requirement to determine the total evaluated price. This includes options under FAR clause 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options will not obligate the Government to exercise the option(s).
The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. To account for the option periods possible under 52.217-8 (maximum of six months), Options to Extend Services, the Government will evaluate the option to extend services by adding six months of the offeror’s final option period price to the offeror’s total price. This amount will be the total evaluated price.
The Government may choose to exercise the Option to Extend Services at the end of any performance period (base or option periods). Prices for the base and option periods, including the 6-month option available under FAR 52.217-8, will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the solicitation and as proposed in the technical submission.
The price for the effort associated with FAR 52.217-8 will not be included in the total awarded value at contract award. If, at the end of the contract’s/order’s period of performance (the end of the base period or any option period) and within the time period established in the clause, the Government chooses to exercise this option, the pricing will be pursuant to the rates specified in the contract for the preceding performance period.
Government Contacts
QAE representative and Point of Contact for this project is Station Milford Haven Engineer Petty Officer at (804) 725-7330. Inquiries concerning any phase of the specification before or after award shall be made to Station Milford Haven Engineer Petty Officer.
Contracting Specialist: Katherine M. Roberts, Katherine.M.Roberts2@uscg.mil
Contracting Officer (OCO): Keasha M. Colvin, Keasha.M.Colvin@uscg.mil