SOURCES SOUGHT
M -- environmental assessment, remediation and emergency response services
- Notice Date
- 10/29/2014
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SPE600-15-R-0502
- Point of Contact
- Amanda K. Brown, Phone: 7037672928
- E-Mail Address
-
amanda.brown@dla.mil
(amanda.brown@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought N o tice only. This notice seeks small businesses capable and interested in performing environmental assessments, environmental remediations and emergency response services at two Defense Logistics Agency Energy (DLA Energy) Fuel Supply Point (DFSP) locations: Mitchell Field formerly DFSP Casco Bay ( Mitchell Field, ME) and Newington (Newington, NH). The sole purpose of this sources sought is for information gathering, planning, and market research in accordance with FAR Part 10, and shall not be construed as a solicitation or obligation on part of DLA E nergy. DLA Energy is not seeking proposals at this time and will n o t accept unsolicited proposals. This requirement are being considered for the small business set-aside program. For the 562910 Environmental Remediation Services; the small business size standard is in number of employees not dollars, and is 500 employees. A F i rm Fixed Pr i ce (FF P ) performance ba s ed contract will b e used for this requirement. The requirement for the locations listed above, will be issued via one solicitation. Two individual contract awards (one per location) are anticipated to be made as a result of the requirement. Period of performance for all locations will be five-year multiple year contracts with 6 one-month extensions, beginning on or about November 1, 2 015. C o ntracts awarded are subject to FAR 52.222-41, The Service Contract Act of 1965. All interested and qualified sources shou l d notify this office by electronic mail. Responses to this notice shall determine if sufficient competition exists to set aside part or all of this procurement for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), H U BZone Businesses, 8(a) Businesses, or Small Businesses. Only one response per company is required. Responses shall be submitted electronic a lly to Ms. Amanda Brown at Amanda.Brown@dla.mil not later than December 1, 2014 at 3:00 p.m. Easte r n Standard Time. Any information provided is voluntary. Telephone calls will not be accepted. Responses are limited to n ot more than 10 pages. Interested companies should provide the following information: 1. A company profile includ ing number of emplo y ees, annual revenue history (last 3 years), office location (s), DUNS/CAGE Code number, and a state m ent regar d i ng current business status. 2. Description of the company's capability of providing qualified and experienced personnel. 3. Location(s) listed in the first paragraph at which the company is capable of performing environmental remediation, remediation, and emergency services. 4. Any type of teaming arrangement anticipated for this requirement. If one is anticipated, please address what kind of arrangement and what percentage of work, and type(s) of service would be performed by each. 4. Past Performance. Does the company have past performance as a p r ime contractor or subcontractor on a service contract for similar environmental assessment, remediation, and emergency response? If s o, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Peri o d of Performance, Dollar Value, Type of Contract (Fixed Price, Cost, etc.), and an explanation of the services provided which relate to environmental assessment, r e mediation, and emergency response. If the company acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 5. Does the company have the financial capability and finan c ial st a bilit y, and/or ad e quate l i nes of credit to sustain and support a five-year multiyear contract at one or more loc a tions, in the event there are difficulties with invoice payments? Does it have an approved accounting system in place to adequately track expe n ditures? Please ela b orate. The Government will use this information, in a d dition to other information obtained, to determine its small business set-aside decision. Be advised the Government will not pay for any informat i on or administrative costs incurred in response to th e sources so u ght notice. All costs associated with this notice will be sol e ly at the expense of the respondents. Additionally, all submiss i ons become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this sources sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE600-15-R-0502/listing.html)
- Record
- SN03561130-W 20141031/141030001703-679852badd372e1e97532aa849455daf (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 |