Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOURCES SOUGHT

99 -- Trash and Debris Removal Services

Notice Date
1/28/2005
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W. National Place Building, 10th Floor, Washington, DC, 20530
 
ZIP Code
20530
 
Solicitation Number
DJJQ-05-RFP-0324
 
Response Due
2/11/2005
 
Archive Date
2/26/2005
 
Description
The Department of Justice is developing an acquisition strategy for its requirement for trash and debris removal services at the Main Justice Building located at 950 Pennsylvania Avenue, NW, Washington, DC 20530. As part of this process, we are seeking information about small businesses that are capable of providing the services. Please note that this is a market survey for informational purposes only and is not a Request for Proposals (RFP). There is no solicitation document available; no contract will be awarded based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls about this announcement will be accepted or acknowledged. All responses must be submitted via email in accordance with the instructions that follow. The scope of the required trash and debris removal services include all labor, management, supervision, materials, equipment and transportation necessary to provide trash and debris removal. The Government anticipates trash and debris hauling will occur two (2) to three (3) times per week with one (1) haul per day. These services require the installation of one (1) stationary compactor and container and one (1) open top container. The stationary compactor container shall have a capacity of twenty (20) cubic yards. The hopper of the compactor unit shall have a capacity of two (2) cubic yards. The open top debris container shall have a capacity of twenty (20) cubic yards and shall have sides no higher than 4?0? from the inside floor of the container to the top edge. Any equipment used to transport the compactor or open top debris container shall not exceed 107 inches in height, to include container material. All movable containers shall be of a size that will easily accommodate low clearances and shall have a maximum height of 10?3? when loaded onto the truck. The applicable North American Industry Classification System (NAICS) code is 562111, Solid Waste Collection, with a size standard of $10,500,000.00. Responses to this announcement must provide detailed, concise information about a company?s qualifications and experience in providing the required services within the past three (3) years in the Washington, DC metropolitan area. All responses shall include a list of up to five (5) projects. Project information shall include the contract number, dollar value, period of performance, current status, and current point of contact information such as name, address, telephone number, and email address. In addition, the response must: (1) state small business size status (small, small disadvantaged, HUBZone, etc.); (2) state whether the company has bonding capability for a Federal government contract; (3) state whether the company currently has bonding capacity and, if so, the approximate amount; and (4) not exceed seven pages. All responses must be submitted electronically to connie.fortune@usdoj.gov and be received no later than February 11, 2005 at 2:00 PM local time.
 
Place of Performance
Address: 950 Pennsylvania Avenue, NW, Washington, DC 20530
 
Record
SN00741972-W 20050130/050128211835 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.