This is a solicitation for commercial items (supply) prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document, incorporated provisions, and clauses in effect are IAW FAR, DFAR, AFFARS and all other related guidance.
The solicitation number is FA481925Q0030
This acquisition is a 100 percent Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 332439, Other Metal Container Manufacturing and a Product Service Code (PSC) 4540, Waste Disposal Equipment. The Small Business Size Standard is 600 Employees.
In accordance with MP5332.7 - CONTRACT FUNDING Notice to Offeror(s)/Supplier(s): "Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.”
Offers (Quotes) received in response to this solicitation will be evaluated IAW FAR 52.212-2(a) using the following factor(s) to determine best value:
a. Technical capability of the item/service offered to meet the Government requirement; and
b. Price (evaluation of price shall be the sum of all line items, including options if applicable).
The Contractor shall provide 8 Cubic Yard Bear Proof Dumpsters with a Quantity of 28 in accordance with the salient characteristics found in attachment #2 Bear Proof Salient Characteristics 2025.
Please note the following: 1) Pricing submitted in response to this RFQ shall remain in effect until October 31, 2025; 2) Contractors interested in submitting an offer (Quote) must be registered in the System for Award Management (SAM) prior to award, during performance, and through final payment of a contract agreement, IAW FAR 52.204-7, System for Award Management. Additionally, IAW FAR 52.204-13, System for Award Management Maintenance; a contractor is responsible for the accuracy and completeness of the data within the SAM database and is required to review and update their SAM registration on an annual basis.
RESPONSES: Responses shall be submitted via e-mail to Matt Pierce at [email protected], and to Ben Spear at [email protected] no later than Wednesday, June 25, 2025 at 2:00 PM CST. Quotes must include drawings or specifications that clearly demonstrate the offeror’s ability to meet the government’s requirement, as outlined in Attachment #1 – Bear Proof Salient Characteristics 2025. Quotes shall also include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture, product numbers for all items, and include feasible delivery dates. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
QUESTIONS: All Questions shall be submitted electronically to Matt Pierce at [email protected] and Ben Spear at [email protected] by Wednesday, July 2, 2025 at 10:00 AM CST. The Government does not guarantee that questions received after July 2, 2025, will be answered.
Late quotes may be rejected at the Contracting Officer’s discretion. Please review all attached documentation for full details of the requested equipment.
For additional information/details please see attachments.
1. Bear Proof Salient Characteristics
2. DAFFAR MP 5332.7
3. Solicitation - FA481925Q0030