MODIFICATION
56 -- Fly Ash Removal and Disposal
- Notice Date
- 5/5/2015
- Notice Type
- Modification/Amendment
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-15-R-0012ss
- Archive Date
- 5/30/2015
- Point of Contact
- Keith A. Ayers, Phone: 9375224588
- E-Mail Address
-
keith.ayers@us.af.mil
(keith.ayers@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-15-R-0012 The United States Air Force, AFLCMC/ Operational Contacting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of planning, implementing and accomplishing removal and disposal of Fly Ash Waste from Wright Patterson Air Force Base. The contractor shall provide all personnel, equipment, tools, materials, labor, supervision, and other items and services necessary to perform pick up and disposal of coal ash, a class IV residual waste, from the Base Heating Plant at Wright Patterson Air Force Base. The contractor shall perform to the standards in subsequent contract as well as all local, state, and Federal regulations. A Draft Performance Work Statement (PWS) is attached. TECHNICAL REQUIRMENTS The Draft PWS, Appendix A includes an estimate of the workload for the single pickup location, based on historical data. Appendix B includes the estimated ash storage capabilities at WPAFB. Appendix C includes the definitions of words and terms expected to be included in the subsequent contract. Appendix D includes all reporting requirements for labor hours completed in accordance with the subsequent contract. As a reminder, these are drafts and estimates which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is 562111- Solid Waste Collection, with a size standard of $12,500. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. This requirement is for a one year base period with potentially two six-month option periods. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. CAPABILITIES STATEMENT Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel, as outlined in the attached Draft PWS. Capability packages must not exceed 25 pages. Responses should include the following: 1. Company name, physical and mailing address: 2. Point of contact with phone number and email address: 3. Statement of your intention to submit a bid for this requirement as a Prime contractor: 4. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort: 5. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided: 6. Statement as to your capability (including financial) and capacity to perform and manage the work: 7. Statement explaining how your company will perform this work: 8. Statement clearly describing your related background and experience (last 10 years), to include contract numbers, project titles, dollar amounts, and points of contact: 9. Statement of business size in relation to the size standard stated above: 10. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc): 11. Provide Dun & Bradstreet (DUNS) number and Commercial and Government Entity (CAGE) Code: Advertising or marketing information is NOT appropriate. Responses may be submitted electronically to the following e-mail address: keith.ayers@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA8601-15-R-0012, Fly Ash Removal New Buy" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZIOBA ATTN: Keith Ayers 1940 Allbrook Drive, Suite 3 WPAFB OH 45433-5344 Email keith.ayers@us.af.mil Phone: 937-522-4588 Fax: 937-656-1412 ALL INQUIRIES AND/OR RESPONSES ARE DUE NO LATER THAN 1500, EASTERN TIME, ON 15 May 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-R-0012ss/listing.html)
- Record
- SN03720425-W 20150507/150505235238-b5124c545bfe6bd0844af163e852e84b (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 |