Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2015 FBO #5115
SOURCES SOUGHT

S -- Recycle/Refuse Collection Fort Benning Georgia - PWS

Notice Date
11/23/2015
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Benning, Bldg 6, Meloy Hall, Room 207, Fort Benning, Georgia, 31905-5000, United States
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF-16-T-COA1
 
Archive Date
12/18/2015
 
Point of Contact
Kenneth Coaxum, Phone: 7065452409
 
E-Mail Address
kenneth.b.coaxum.civ@mail.mil
(kenneth.b.coaxum.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS THIS IS A SOURCES SOUGHT ANNOUCEMENTFOR MARKET RESEARCH ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME The Mission and Installation contracting Command- Fort Benning, Georgia, is conducting market research, to determine industry interest and capability of providing Recycle and Refuse Collection services. This is a special notice for planning and informational purposes only and SHALL NOT be considered as a request for proposals (RFP). A response to this request will not be considered a proposal and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This document should not be construed as a commitment of any kind by the U.S. Government. Any information received in response to this document will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. The Mission and Installation Contracting Command, (MICC-Fort Benning), Fort Benning, GA is seeking interested sources capable of providing Recycle/Refuse Collections Services for the Maneuver Center of Excellence (MCoE), Fort Benning, GA 31905, located 100 miles south of Atlanta and is adjacent to Columbus, Georgia, and Phenix City, Alabama. The installation covers an area of 182,455 acres and has four geographically dispersed areas with a high density of facility square footage; Main Post, Kelley Hill, Sand Hill, and Harmony Church. Areas that generate municipal waste include, but are not limited to, administrative facilities, barracks, warehouses, dining facilities, medical facilities, motor pools, stores, restaurants and training facilities. The requirement for refuse collection and recycling is managed by the Directorate of Public Works under the Garrison Command. Interested firms and Small businesses, in all socioeconomic categories (including, 8(a) Business development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc) are highly encouraged to identify capabilities in meeting the requirements at fail market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation. Description of the Requirement to Include: 1. The contractor shall furnish all labor, supervision, facilities, tools, materials, equipment; scope of work to be accomplished entails the collection of all recyclables and refuses collection from the installation's municipal waste stream and disposing of all said collections in the most profitable way while meeting the required standards consistent with all applicable federal and state regulations and laws. Construction waste material is not included in this requirement. The overall solid waste diversion rate, responsiveness, quality, final site condition, and acceptability to the customer. The contractor shall perform to the standards in the contract as well as comply with the latest installation, local, state, and federal regulations. The target diversion rate is at least 50 % of total annual refuse collection. 2. The estimated period of performance for this requirement is a total duration of no more than 6 months. 3. NAICS code for this requirement is 562111, Waste Management and Remediation Services; with a size standard of $38.5 million. The product service code is S205. As part of the capability package, firms must include the following: Interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Describe your recent and relevant contracts performed within the past three years for the same or similar services. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements. (1) Statement demonstrating knowledge and ability to perform services as specified. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement. (2) DUNS number, Cage code, Business Size, socioeconomic status, annual revenue history and address. (3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact. (4) Statement regarding capability to obtain the required industrial security clearances for personnel. SECURITY: Access and General Protection/Security Policy and Procedures. This requirement is for Contractor employees with an area of performance within an Army-controlled installation, facility, or area. The Contractor and all associated Subcontractor employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. (5) Company's ability to perform at least 51% of the work. (6) Company's ability to begin performance upon contract award. (7) Removal of all refuse and recyclable material from Fort Benning. (8) Recycle as much municipal waste stream as possible in accordance with Federal and State regulations and laws. Objective target is at least 50% of previous year's waste stream. (9) Establish/maintain recycle pick-up points. (10) Promote/advertise use of recycling program to entire installation population. NOTE: All interested parties must be currently registered in the System for Award Management (SAMS). Interested firms are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government WILL NOT review general capability statement, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis. Please submit responses to the ATTN: RECYCLE/REFUSE COLLECTIONS FY15, via email at usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil by 2.00 p. m. Eastern Standard Time (EST) on 3 Dec 2015. Please limit your responses to no more than seven pages, using Times New Roman 11 pt font or equivalent. Further information and documents pertinent to this planned procurement will be posted to a FBO website as they become available, interested parties are encouraged to visit this link regularly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc86a0b01556e192b1a756174a4726cf)
 
Place of Performance
Address: Fort Benning Georgia, Fort Benning, Georgia, 31905, United States
Zip Code: 31905
 
Record
SN03952740-W 20151125/151123234405-dc86a0b01556e192b1a756174a4726cf (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.