Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
DOCUMENT

S -- WASTE STREAM MANAGEMENT - Attachment

Notice Date
5/19/2015
 
Notice Type
Attachment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network 11 Contracting Office;John D. Dingell Medical Center;4646 JOHN R STREET;DETROIT MI 48201
 
ZIP Code
48201
 
Solicitation Number
VA25115N0337
 
Response Due
5/29/2015
 
Archive Date
9/5/2015
 
Point of Contact
Gregory Stevens
 
E-Mail Address
gregory.stevens@va.gov
(gregory.stevens@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION NOTICE This is a market survey for information and planning purposes only. This Request for Information (RFI) serves to improve the understanding of Government requirements and industry capabilities regarding Waste Management Services which focus on recycling as the primary means of waste removal. This RFI should allow potential offerors to judge whether or not the Government's requirements can be satisfied within the offerors' capabilities. Funding is not available at this time. North American Industry Classification System (NAICS) code: 562111. BACKGROUND The John D. Dingell Veteran Affairs Medical Center (JDDVAMC), 4646 John R, Detroit, MI. 48201 has a requirement for waste management solutions for the JDDVAMC and all of its subordinate facilities. The solution should focus on recycling as the primary means of waste removal. The solution should be able to seamlessly manage all waste from all locations with a single point of contact and have the ability to manage and handle all recyclables, including those identified as hard to recycle. The ultimate goal of the solution should be to transition the JDDVAMC to a zero landfill management system or as close is as possible to a zero landfill management system. The initial objective is to recycle a minimum of 50% of the annual waste stream each fiscal year while generating funds from those recycling efforts that either meet or exceed the cost of the program. Solutions for management of waste should include materials from general, regulated, medical, construction and bulk waste streams. The solution must include centralized reporting for all waste streaming and updating of VA reporting systems of waste on a monthly basis. The solution should also provide a web based method for retrieving reports that is customized for our waste streams and provides real time data along with environmental impacts of our recycling program. The anticipated performance period is FY 2016 - FY 2017 plus four (4) one-year option periods. SMALL BUSINESS DETERMINATION In order for the Government to set aside any acquisition over the Simplified Acquisition Threshold ($150,000), there must be a reasonable expectation that offerors can satisfactorily perform contract requirements and that award will be made at a fair market price. Total set-asides cannot be made unless such a reasonable expectation exists. The Government believes that it is mutually beneficial to determine the capability of offerors eligible for set-asides early in the procurement process in order to preclude the need for a modification of the acquisition strategy later. Your response will assist greatly in the formulation of an acquisition strategy that maximizes the participation of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business or women-owned small business concerns. Interested firms are asked to respond to this RFI with your experience, capabilities and business size status (either large or small) for waste management solutions. VENDOR CAPABILITY Interested and qualified vendors are encouraged to: 1)Send a summary of their company's capabilities, and company history/information, license to operate in Michigan and any information you deem beneficial to this RFI. 2)Describe capability to meet requirements listed above. 3)Include your company's point of contact, address, e-mail address, telephone, DUNS, Socio-economic identification (WOSB, SDVOSB, VOSB, etc.). All information received in response to this sources sought notice that is marked as proprietary will be handled accordingly. GOVERNMENT POINT of CONTACT No phone calls will be accepted. Include your company name in the subject line of your e-mail. Responses due Friday, May 29, 4:00 pm (EDT). Provide information via e-mail to: Primary Point of Contact: Gregory Stevens Contracting Officer e-mail gregory.stevens@va.gov NOTE TO RESPONDERS Submitting company information does not bind the Department of Veterans Affairs for any future solicitations or contracts resulting from this RFI. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. If at any point you deem the information you provide to be consulting services, cease participation immediately. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DtVAMC/VAMCCO80220/VA25115N0337/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-15-N-0337 VA251-15-N-0337.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2055532&FileName=VA251-15-N-0337-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2055532&FileName=VA251-15-N-0337-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03736334-W 20150521/150519235635-f6ed670651622e5769c29a60f46da3bf (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.