Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2013 FBO #4081
SOURCES SOUGHT

S -- Refuse Collection and Disposal Service

Notice Date
1/24/2013
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB14R4001
 
Response Due
2/15/2013
 
Archive Date
3/25/2013
 
Point of Contact
David Nicholas, 586-239-2557
 
E-Mail Address
127 MSC
(david.nicholas.1@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a Presolicitation notice pursuant to FAR Part 5) to identify sources that can perform Refuse Collection services on Selfridge ANG Base, Michigan. Responses are due by 1500 EST on 15 February 2013. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform Refuse collection and disposal service at Selfridge ANG Base, Michigan. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. 127 MSC Contracting Division is seeking information to identify sources to meet this requirement. Based on the outlined requirement, is your company interested and capable of providing this service? The NAICS for this project is expected to be 562111 with a $12.5 million size standard. The requirement is expected to be for Refuse collection and disposal service for 1 base year (1 Oct 13 - 30 Sept 14) and 4 option years (1 Oct 14 - 30 Sept 15), (1 Oct 15 - 30 Sept 16), (1 Oct 16 - 30 Sept 17), (1 Oct 17 - 30 Sept 18). There are approximately 85 dumpsters currently being used. 75% of the dumpsters are 4 yard capacity and 25% are 6 yard capacity. There is also the need for a few 30 yard capacity dumpsters on occasion. These quantities are strictly approximations and are given to indicate the potential size of the requirement. All potential sources are asked to submit capability packages expressing their interest. The capability packages must be clear, concise, complete and limited to no more than one (1) page, and shall include, at a minimum: (1) name and address of firm; size/ownership, i.e. large, small, small disadvantaged, 8(a), disabled-veteran, veteran, woman owned, and HubZone; (2) number of years in business; (3) a point of contact with name, title, phone, fax, and email; (4) cage code and DUNS number (if available); (5) identify if you are a GSA schedule holder; (6) experience and familiarity with providing the requested services. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute a Request for Proposal, and is not considered a commitment by the government. The government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Respondents capable of satisfying the requirement stated herein should respond electronically to David Nicholas via email at david.nicholas.1@ang.af.mil or Jeremy Starrett via email at jeremy.starrett@ang.af.mil by 1500 EST on 15 Feb 2013. Please contact either person if you have any questions. This sources sought is issued for informational and planning purposes only. The information will be used to conduct market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the government's requirements. Contact with Government personnel, other than those specified in the sources sought, by potential offerors or their employees regarding this requirement is not permitted. This is not a request for proposal. It is not to be construed as a formal solicitation or an obligation on the part of the government to acquire any products or services. The information requested by this Sources Sought will be used within Selfridge ANGB to facilitate decision making and will not be disclosed outside the Federal Government. Any information provided to the government is strictly voluntary and will be provided at no cost to the government. The Government reserves the right to decide whether or not a small business set aside is appropriate based on responses to this notice. ** Note: All contractors must be registered in the System for Award Management (SAM) with DFAS Representations and Certifications completed, in order to receive a contract award from any DOD activity. Contractors may access the SAM website at: https://www.sam.gov/portal/public/SAM/ to register and/or obtain information about the SAM program. Contracting Office Address: 127 MSC - Contracting Division 43200 Maple Street, Bldg 105 Selfridge ANG Base, MI 48045-5213 Place of Performance: 127 MSC - Contracting Division 43200 Maple Street, Bldg 105 Selfridge ANG Base, MI 48045-5213 Primary Point of Contact: David Nicholas Contract Administrator david.nicholas.1@ang.af.mil Phone: (586) 239-2557 Secondary Point of Contact: Jeremy Starrett Contracting Officer jeremy.starrett@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB14R4001/listing.html)
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
 
Record
SN02971741-W 20130126/130124234543-5dc6dfbd713a58f0b6af08c7e6d1114c (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.