Opportunity

SAM #1333MF26Q0036

NOAA Solid Waste and Cardboard Collection Services for Mississippi Laboratories

Buyer

DEPT OF COMMERCE NOAA

Posted

May 12, 2026

Respond By

May 22, 2026

Identifier

1333MF26Q0036

NAICS

562111

NOAA's Southeast Fisheries Science Center in Pascagoula, MS is seeking a contractor for comprehensive solid waste and cardboard collection services at its Mississippi Laboratories. - Government Buyer: - Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) - National Marine Fisheries Service (NMFS), Southeast Fisheries Science Center (SEFSC) - Office of Management & Budget - Services Requested: - Routine solid waste and cardboard collection at two NOAA facility locations in Pascagoula, MS - All labor, equipment, and materials must be provided by the contractor - Additional on-demand dumpster pickups upon government request - Services must comply with environmental and safety standards as outlined in the Statement of Work - Contract Structure: - Firm-fixed-price contract - Base year plus four one-year option periods (total potential duration: 5 years) - Monthly and annual pricing required - Set aside for small business concerns under NAICS 562111 - Locations: - NOAA Southeast Fisheries Science Center, Mississippi Laboratories (3209 Frederic Street, Pascagoula, MS 39567) - Vehicle Compound between Delmas Street and Watts Ave, Pascagoula, MS 39567 - No specific OEMs or vendors are named in the solicitation - Notable Requirements: - Contractor must ensure safe, compliant, and operational facilities - Services are non-personal and must be performed in accordance with the attached Statement of Work

Description

COMBINED SYNOPSIS/SOLICITATION NOAA Fisheries Solid Waste and Cardboard Collection Services - MSLABS (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. Solicitation number 1333MF26Q0036 is issued as a request for quotation (RFQ) for the NOAA Southeast Fisheries Science Center (Mississippi Laboratories (MSLABS) routine solid waste removal and cardboard collection services at its Pascagoula, Mississippi facilities. This acquisition is set-aside for small business concerns. The associated NAICS code is 562111. The small business size standard is $74M. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. (ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable). CLIN 0001 – Base Year Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for routine solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2026 to 05/31/2027. CLIN 0002 - Base Year Services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for additional dumpster pickups upon the Government’s request for solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2026 to 05/31/2027. CLIN 1001 – Option Year 1 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for routine solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2027 to 05/31/2028. CLIN 1002 - Option Year 1 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for additional dumpster pickups upon the Government’s request for solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2027 to 05/31/2028. CLIN 2001 – Option Year 2 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for routine solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2028 to 05/31/2029. CLIN 2002 - Option Year 2 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for additional dumpster pickups upon the Government’s request for solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2028 to 05/31/2029. CLIN 3001 – Option Year 3 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for routine solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2029 to 05/31/2030. CLIN 3002 - Option Year 3 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for additional dumpster pickups upon the Government’s request for solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2029 to 05/31/2030. CLIN 4001 – Option Year 4 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for routine solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2030 to 05/31/2031. CLIN 4002 - Option Year 4 Continue services, non-personal, to provide all labor, equipment, and materials (unless otherwise provided herein) necessary for additional dumpster pickups upon the Government’s request for solid waste and cardboard collection services necessary to maintain safe, compliant, and operational facilities at the NOAA Southeast Fisheries Science Center, Mississippi Laboratories (MSLABS) in Pascagoula, MS, in accordance with the Statement of Work. Period of Performance 06/01/2030 to 05/31/2031. (iii) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102). See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-5147, Revision No. 29, dated 03/30/2026, which can be found on: https://sam.gov/content/wage-determinations INVOICES TO BE BILLED MONTHLY IN ARREARS VIA IPP. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47). Period of performance shall be: Base Year for a twelve month period 06/01/2026 to 05/31/2027. Option Period 1 for a twelve month period 06/01/2027 to 05/31/2028. Option Period 2 for a twelve month period 06/01/2028 to 05/31/2029. Option Period 3 for a twelve month period 06/01/2029 to 05/31/2030. Option Period 4 for a twelve month period 06/01/2030 to 05/31/2031. The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base year Period of Performance may be utilized or an updated quote may be requested with a new 12-month base year and corresponding option years. Place of Performance is 3209 Frederic Street, Pascagoula, MS 39567; Vehicle Compound between Delmas Street and Watts Ave., Pascagoula, MS 39567. (v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)) can be found on the Request for Quote Form SF18 attachment. RFO 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) (Deviation Jan 2026) NOTICE TO QUOTERS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Quotes that are non-responsive may be excluded from further evaluation and rejected without further notification to the quoter. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to raynier.camerino@noaa.gov. Quoters shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. Quoters shall assume that the Government has no prior knowledge of them or their capability. Quoters must provide all evaluation criteria in accordance with RFO 52.212-2. Quoters who do not provide all evaluation criteria may not be considered. The Government will issue an order resulting from this request for quotation to the responsibleofferor whose quotation results in the best value to the Government, considering both price andnon-price factors. The following factors will be used to evaluate quotations: Factor 1--Technical Capabilities Factor 2--Past Performance Factor 3 - Cost/Price RFO 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) (Deviation Jan 2026) Quotes will be evaluated based on price and the factors set forth in paragraph (a). The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award. The Government intends to evaluate the quotes and award a purchase order based on the Quoter’s initial quote; therefore, the Quoter’s initial quote should contain the Quoter’s best terms from a Non-Price Technical Solution and price standpoint. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received. The Government may make award to other than the lowest-priced quote or the quote with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: The Government will issue an order resulting from this request for quotation to the responsibleofferor whose quotation results in the best value to the Government, considering both price andnon-price factors. The following factors will be used to evaluate quotations: Factor 1--Technical Capabilities: Quotes need to detail how the Service meets all the requirements as noted above in the Statement of Work. Factor 2--Past Performance: The offeror's past performance on related contracts will be evaluated to determine, as appropriate, the successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, and level of communication between the contracting parties, proactive management, and customer satisfaction. • Offeror shall provide at least three (3) past performance references. Provide customer names and contact name, address, phone number, cost, service period, and description of the project. If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none may be considered non-compliant with the solicitation. Factor 3 - Cost/Price: The proposed prices/costs will be evaluated. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical approach. The Government intends to award a trade-off, single firm fixed-price purchase order on an all-or-none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) RFO 52.237-1 Site Visit (Apr 1984) (Deviation Jan 2026) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. Please contact rafael.ortiz@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to raynier.camerino@noaa.gov. (vi) A list of contract clauses that apply to the acquisition (see 12.205(b)) can be found on the Request for Quote Form SF18 attachment. (vii) Quotes are required to be received in the contracting office no later than 5:00PM EDT on 05/22/2026. All quotes must be submitted electronically via email to raynier.camerino@noaa.gov. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. CAM 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO raynier.cameirno@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 6 days of the posting date. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (viii) Additional Information required by 5.101(c). Contracting Officer: Rayiner Camerino; Phone No. (562)980-4016; Email: raynier.camerino@noaa.gov Per NOAA Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Contracting officers will not consider those representations when making award decisions or enforcing requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

View original listing