SOURCES SOUGHT
S -- SOURCES SOUGHT ONLY. USACE, NEW ORLEANS DISTRICT, IS SEEKING QUALIFIED SOURCES FOR THE ADVANCE CONTRACTING INITIATIVE (ACI) DEBRIS MANAGEMENT THROUGHOUT THE CONTINENTAL UNITED STATES, ALASKA, HAWAII, THE U.S. VIRGIN ISLANDS, AND PUERTO RICO
- Notice Date
- 9/7/2006
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-06-S-0009
- Response Due
- 9/22/2006
- Archive Date
- 11/21/2006
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS, AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-06-S-0009. The NAICS code for this proposed acquisition is 562119, Other Waste Collection. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions reg arding the type of procurement to be utilized to obtain debris management services throughout the Continental United States, Alaska, Hawaii, the U.S. Virgin Islands, and Puerto Rico. The Federal Emergency Management Agency (FEMA) is authorized to respond to disasters under public law 93-288, Robert T. Stafford Act. The National Response Plan (NRP) identifies lead and supporting agencies, roles and responsibilities for responding to in cidents of National Significance. The NRP identifies joint leadership roles between the Department of Defense (DoD) and FEMA for executing the Emergency Support Function (ESF) #3, Public Works and Engineering. FEMA issues mission assignments to DoD who i n-turn delegates ESF #3 mission execution to the U.S. Army Corps of Engineers. This announcement is searching for businesses to serve as our ACI contractors for debris removal, reduction, and disposal in support of ESF #3. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified businesses that can quickly respond to natural and man-made disasters within 24 hours. In the past, we have issued regional ACI contracts throughout t he Continental United States, Alaska, Hawaii, the U.S. Virgin Islands, and Puerto Rico. These contracts are in place prior to any natural or man-made disasters. The ACI Debris management contractors shall provide equipment, operators, and laborers for de bris removal operations which includes, but is not limited to, segregation, removal, hauling, disposal, and structural demolition on public, commercial, or private property as specified by the Government. Debris is defined as materials originating from th e effects of any natural or man-made catastrophe or major disaster. Materials included are both man-made and natural origins, and may include hazardous/toxic/radiological wastes (HTRW). Examples of man-made materials include lumber, concrete, asphalt, me tals, and plastics. Examples of natural origin materials include clay, sand, gravel, rock, grass, and trees. All interested companies are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone and fax numbers. 2) Past experience with removal, reduction, and disposal operations. 3) Letter from bonding agency indicating your performance and payment bond capacity. 4) List of existing teaming agreements in place with other businesses. IMPORTANT: Responses must be limited to no more than 10 pages. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industr y capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the eva luation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Timothy.Black@mvn02.usace.army. mil or faxed to 504-862-2889, Attn: Timothy Black. Responses must be received no later than 4:30pm Central, Wednesday, September 22, 2006. NOTE: Contractors must be registered with the Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award.
- Place of Performance
- Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Country: US
- Zip Code: 70160-0267
- Record
- SN01136710-W 20060909/060907221440 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |