Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

S -- Integrated Solid Waste Management

Notice Date
1/12/2009
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Education and Training Command, AETC Headquarters, 555 E Street East, Building 581, Randolph AFB, Texas, 78150-4440
 
ZIP Code
78150-4440
 
Solicitation Number
FA3002-09-R-1001
 
Response Due
1/13/2009 4:30:00 PM
 
Archive Date
1/3/2009
 
Point of Contact
Michelle R. Adams,, Phone: 2106528223, Philip L. Jacobsen, Phone: 21065278223
 
E-Mail Address
Michelle.Adams@randolph.af.mil, Philip.Jacobsen@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
The request for proposal (RFP) number for this acquisition is FA3002-09-R-0035. All future notices and postings relevant to this acquisition will be attached the RFP number. Sources Sought Synopsis For Integrated Solid Waste Management Through Resource Management Contracting Office Address Air Education and Training Command Specialized Contracting Squadron 2021 First Street West Randolph AFB, TX 78150 Points of Contact: Capt Michelle Adams email: michelle.adams@randolph.af.mil phone (210) 652 8223 Capt Philip Jacobsen email: philip.jacobsen@randolph.af.mil phone: (210) 652-8223 Lt Julie Corchado email: julie.corchado@randolph.af.mil phone: (210) 652 8188 Requirement Air Education and Training Command Specialized Contracting Squadron (AETC CONS) has a requirement to strategically source refuse collection and recycling services at 18 bases within the command and across the Southwest Region. The total estimated annual refuse tonnage is 60,000 tons. A breakdown of bases where services are to be performed along with estimated annual tonnages is included at Attachment #1. The two services are to be combined into one Integrated Solid Waste Management (ISWM) program. The Contractor shall provide all personnel, equipment, tools, vehicles, supervision, and other items and services necessary to conduct a Resource Management approach to ISWM. Additionally, the ISWM service provider must comply with all federal and DoD regulations for waste stream diversion and mandatory materials recycling. Description of Services To perform effective Resource Management, the contractor must be able to minimize refuse collection and disposal costs while maximizing recycling revenues through integration of the refuse and recycling programs. This shall be performed under the lead or guidance of the prime ISWM service provider. The primary or lead service provider shall make use of all available base resources to maximize recycling revenue and simultaneously divert recyclable materials from being disposed of into landfills. This will create cost avoidance in the refuse collection and disposal arena while simultaneously providing additional material for generating recycling revenue. The intent of the program is to create a self sufficient recycling program which can be provided at zero cost, with additional recycling revenue offsetting refuse collection and disposal costs. For more information on Resource Management/Integrated Solid Waste Management, visit the Environmental Protection Agency's respective website at: http://www.epa.gov/osw/partnerships/wastewise/wrr/rm.htm The service provider will be incentivized to reduce costs through a revenue sharing program with the Government. The service provider's final profit will be based upon recycling self sufficiency and a targeted reduction of landfill waste. The service provider will be allowed to use various methods to reduce landfill tonnages by creatively utilizing the solid waste for any application, with landfill disposal being the final option. All existing government equipment utilized for collecting and processing recyclable materials will be authorized. However, it is expected that the contractor will significantly expand the collection, segregation, and processing regime. This service provider shall provide the services of refuse collection in a manner that meets or exceeds the standards as described in the Performance Work Statement (PWS), and with all applicable federal, state, and local laws and regulations. The PWS is not available as of the publication date of this notice, but will be posted with the RFP along with all Appendices and Attachments. Request for Information This is a Sources Sought Notice only. This is not a solicitation announcement. This notice neither constitutes a Request for Proposal, nor does it restrict AETC CONS to an ultimate acquisition approach. No contract will be awarded from this announcement and requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. This Sources Sought Notice is in support of market research being conducted by AETC CONS to determine potential sources capable of fulfilling all requirements associated with ISWM, utilizing a Resource Management approach. Firms responding to this notice are also requested to provide AETC CONS with capability statements, which need to include at a minimum: A. Company name and CAGE code. B. Mailing address. C. Point of contact (to include phone/fax and e-mail). D. Website, if applicable. E. State whether or not your company is registered under NAICS code 562111. F. State whether your firm is 8(a) certified business concern, Service Disabled Veteran-Owned Small Business, or HUBZone Small Business. G. State the size of your company in terms of average annual revenue. H. Degree of experience providing same or similar services as outlined in summary and other information above. I. Identify any past or current Government contracts for same or similar services within the last three years. J. Describe in detail how your company can provide a Resource Management approach to Integrated Solid Waste Management and develop innovative solutions to effectively collect, segregate and process recyclables. Capabilities statement should be submitted via e-mail to each of the following: Philip.Jacobsen@Randolph.af.mil, Julie.corchado@randolph.af.mil, and Garrett.Truskett@Randolph.af.mil no later than 4:30 p.m. Central Standard Time (CST) on Friday, 19 Dec 08. The anticipated contract will be a Multiple Award Indefinite Delivery/Indefinite Quantity Contract for Integrated Solid Waste Management (ISWM IDIQ). The estimated RFP issuance date is 21 April 2009. Upon RFP issuance, contractors are encouraged to submit proposals for all bases at which they are interested in providing services. The resultant contract for this acquisition will be for a basic period of twelve (12) months and four (4) one-year option periods with an anticipated start date of 1 Oct 2009. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-27, effective 17 September 2008. The North American Industry Classification System (NAICS) code for this procurement is 562111-Solid Waste Collection with a size standard of $12.5M in average annual gross receipts. Service Disabled Veteran Owned Small Businesses, 8(a), and Hubzone Small Businesses are being sought for participation in this procurement. The successful contractors will be selected using performance/price tradeoff (PPT) procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. This requirement will be solicited under FAR Part 12 utilizing commercial acquisition procedures. Industry Day Interested parties are invited to an Industry Day conference on Thursday, 8 Jan 09. The purpose of the Industry Day is to give all potential contractors the opportunity to ask questions and gain an understanding of the Air Force's Resource Management requirement. All potential contractors interested in attending the industry day need to register by submitting the names and contact information of the attendees, two per company, as soon as possible, but no later than 4:30 p.m. CST Tuesday, 23 Dec 08. Registration requests must be submitted to Jessica.santos@brooks.af.mil or by phone at (210) 536-1317. The Industry Day conference will be held: 2510 Kennedy Circle, Building 180, Brooks City-Base, TX 78235-5130. The tentative agenda is as follows: 0800: Meet with all interested parties and brief the purpose of Industry Day 0815: Provide technical overview of the requirement 0845: Questions Blocks of time (30 min.) will be allocated throughout the remainder of the morning and afternoon for one-on-one meetings with the acquisition team. Interested firms may schedule a time slot when submitting their registration. Allocated meeting times are included at Attachment #2. Meetings will also be conducted on 9 Jan 08 if all blocked sessions on 8 Jan 08 fill up. Other Details The solicitation and other attachments will be posted on or about 21 Apr 09 and MUST be downloaded from Federal Business Opportunities (FedBizOpps) at www.fbo.gov. DO NOT REQUEST VIA MAIL OR FAX. No paper copies will be issued. It is important to check this site frequently for any updates/amendments. ATTACHMENT #1: Bases, Locations, and FY 07 Tonnage Altus AFB: is located in Altus, OK in the southwest corner of OK. It is 70 miles northwest of Wichita Falls, TX and 100 miles east of Amarillo. FY07 tonnage: 840 Columbus AFB: is located in Columbus, MS on the eastern edge of Mississippi. It is 50 miles west of Northwest of Tuscaloosa, Alabama. FY07 tonnage: 1298 Goodfellow AFB: is located in San Angelo, TX. It is 80 miles south of Abilene and 180 miles northwest of San Antonio. FY07 tonnage: 1740 Keesler AFB: is located near Gulfport, MS on the southern coastline. It is 50 miles west of Mobile, AL. FY07 tonnage: 3115 *Lackland AFB: is located on the western edge of San Antonio, TX. FY07 tonnage: 13056 Laughlin AFB: is located in Del Rio, TX. Laughlin is 150 miles west of San Antonio. FY07 tonnage: 704 Luke AFB: is located 15 miles west of Phoenix, AZ. FY07 tonnage: 2443 Maxwell AFB: is located in Montgomery, AL. FY07 tonnage: 3676 *Randolph AFB: is located on the Northern edge of San Antonio, TX. FY07 tonnage: 3081. Sheppard AFB: is located in Wichita Falls, TX. It is 90 miles northwest of Dallas. FY07 tonnage: 4011 Tyndall AFB: is located in Panama City on Florida's panhandle 45 miles east of Eglin AFB on Route 98. FY07 tonnage: 4037 Vance AFB: is located in Enid, OK. Enid is 100 miles north of Oklahoma City. FY07 tonnage: 820 Cannon AFB: is located in Clovis, NM. Clovis is 60 miles northwest of Lubbock, TX. FY07 tonnage: 1400 Davis-Monthan AFB: is located in Tucson, AZ. FY07 tonnage: 1320 Dyess AFB: is located in Abilene, TX. Abilene is located 130 miles west of Dallas, TX. FY07 tonnage: 1618 Holloman AFB: is located 10 miles west of Alamogordo, NM. Holloman is 70 miles north of El Paso, TX. FY07 tonnage: 1420 Kirtland AFB: is located in Albuquerque, NM. FY07 tonnage: 1000 (estimate) *Ft. Sam Houston: is located in San Antonio, TX. FY07 tonnage: 12,000 (estimate) * Lackland AFB, Randolph AFB and Ft Sam Houston will merge into a joint base in 2010 ATTACHMENT #2 8 Jan 08 Time Blocks for Meetings with the ISWM Acquisition Team 1000-1030 1030-1100 1100-1130 1:00-1:30 1:30-2:00 2:00-2:30 2:30-3:00 3:00-3:30 3:30-4:00 4:00-4:30 4:30-5:00
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f051f5973a618f385c2618f0bb9e61f3&tab=core&_cview=1)
 
Place of Performance
Address: See attachment 1 in text, United States
 
Record
SN01730975-W 20090114/090112215636-f051f5973a618f385c2618f0bb9e61f3 (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 |
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.