SOURCES SOUGHT
99 -- Non-Hazardous Waste Collection and Disposal Services at Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia
- Notice Date
- 9/10/2009
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008509R5089
- Response Due
- 9/28/2009
- Archive Date
- 11/1/2009
- Point of Contact
- Shawna Mitchell 757-322-1032shawna.mitchell@navy.mil
- E-Mail Address
-
shawna.mitchell@navy.mil
(shawna.mitchell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the RFP. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of providing non-hazardous waste collection and disposal services at Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia. All Service Disabled Veteran-Owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to the Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the government's best interest. The successful Contractor shall provide all labor, management, supervision, tools, material, equipment, and transportation required to handle, package, manifest, remove, transport, dispose and document the disposal of non-hazardous wastes. Additionally, the Contractor shall perform all services to provide leak-proof liquid bulk containers, clean various sized waste containers and dispose of cleaning by products. The Contractor shall load, pickup, label, package, transport and dispose of solid debris that is contaminated with sanitary sewage and/or petroleum, oil and lubricant (POL) based products. Solid debris will be bulked into Government supplied bulk containers. Disposal shall include individual drum and its contents. If open boxes are utilized, boxes shall be lined to prevent leakage and supplied with a leak-proof cover. All contaminated debris is non-RCRA/TSCA waste. The Contractor shall provide services and materials to pickup (load), transfer into Contractor provided transportation vehicles, label or placard same, transport and dispose of miscellaneous waste oil (POL)/water mixture, or miscellaneous wastewater/oil mixtures. Waste oil/water mixtures will consist primarily of oil and less than 10 percent water. Wastewater/oil mixtures shall consist primarily of water. Included in the wastewater stream is ship's bilge water. These mixtures may be contaminated with sanitary sewage. All wastes shall be disposed of in a manner which complies with all applicable federal, state, and local regulations and laws. This includes the Department of Transportation (DOT) requirements contained in Title 49 CFR parts 100 through 199 and all referenced 49 CFR parts and subparts. The Contractor shall also comply with Environmental Protection Agency (EPA) requirements. Specific attention is directed to the following regulatory requirements: (1) Carrier/transporter requirements under title 49 CFR part 263; (2) Container Manufacturing specifications/certifications under Title 49 CFR parts 178 and 179; (3) Shipping paper/manifest requirements under Title 49 CFR part 172 and Title 40 CFR part 262; (4) Solid Waste Management requirements under Title 40 CFR Part 260. The Contractor shall clean various types of Government waste containers. Containers include portable metal/poly tanks, in-ground oil/water separators, underground/above ground storage tanks, railcar tankers, and floating barges or individual barges or individual barge compartments. Barges are waterborne floating barges and must be worked in the water, secured to a berthing pier. Location may vary depending on pier availability and may require relocation of barge during cleaning operation. Cleaning shall consist of high pressure hydro-blasting of walls, scrapping, vacuuming of residual material and rinsate. All waste generated as a result of cleaning work (including rinsate) will be disposed by the Contractor. All sludge/residual in containers at time of acceptance of work shall be removed by the Contractor, contained in Contractor provider drums, containers or tanks. All pumpable waste in the tanks will be removed prior to ordering tank cleaning services. The Contractor shall provide a certification of cleaning for each tank, railcar, barge, and poly tank cleaned, (clean means free from dirt, stain, impurities, foreign matter, and water). The Contractor shall provide portable, leak-proof liquid bulk containers capable of holding a minimum of 5,000 gallons of liquid for a period of 30 calendar days. Delivery will be at the NNSY. The exact location will be indicated when ordered. The containers shall be top loaded, DOT certifications must be current, and containers must pass a pre-load inspection. Should the container be required by the Government for longer than thirty days, the Government will order monthly rental of the container. The rental period will begin on the 31st day after initial placement. The Contractor shall provide and properly execute the required shipping documents (e.g., Bill of Lading, Manifest) necessary to insure compliance with EPA and DOT regulations and disposal site requirements. The Contractor shall provide cargo transport vehicles that comply with DOT carrier and manufacturers requirements and be equipped with a spill kit. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The IDIQ work may be ordered utilizing DoD EMALL or on a Task Order, on a need basis.The anticipated contract award date for these services is March 30, 2010. The North American Industry Classification Standard (NAICS) code for this procurement is 562111 with a small business size standard of $12.5 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, as a minimum, the following:COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code.RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer's Name, Telephone Number and Email; (4) Contracting Officer's Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein.RESPONSES ARE DUE NLT SEPTEMBER 28, 2009 AT 3:00 PM ET. LATE RESPONSES WILL NOT BE ACCEPTED. THE PACKAGE SHALL BE SENT, BY MAIL, TO:Commander Naval facilities Engineering Command, Mid-Atlantic, HR IPT, 9742 Maryland Avenue, (BLDG Z-140, Room 117), Norfolk, Virginia 23511-3689 ATTN: Shawna MitchellELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Shawna Mitchell via email at shawna.mitchell@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5089/listing.html)
- Record
- SN01950251-W 20090912/090911002014-9f1b160f599ef2fdf49541d241fcea79 (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 |