Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
SOURCES SOUGHT

99 -- Special services for the processing of waste from and cleaning of Oil Water Separator units in and around California

Notice Date
5/4/2016
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
CA-OWSRenewal
 
Point of Contact
Robert D. Steed, Phone: 2699615361, Jayne E. Wilson, Phone: 269-961-5522
 
E-Mail Address
robert.steed@dla.mil, jayne.wilson@dla.mil
(robert.steed@dla.mil, jayne.wilson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify qualified 8(a), woman-owned and service disabled veteran-owned small businesses for a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Special services for the processing of waste from, and the cleaning of, Oil Water Separator units at DOD facilities in and around California. A substantial amount of the contract will be to clean OWS units. T he Contractor will furnish a Transportable Treatment Unit (TTU) at all pick up locations that must be fully mobile and consistent with requirements of industrial parking complexes, while at the same time capable of operating off road for all future OWS, tank and washrack cleaning projects. The generator will provide the Contractor with a lay down area. Removed water must be processed in the Contractor-operated TTU. At a minimum the TTU must treat 1000 gallons per hour. The Contractor shall operate the TTU under a current California tiered permit, including all operating requirements listed in 22 CCR 67450.3(a). These requirements include training of personnel according to 22 CCR 66265.16. Treated water must contain less than 5 ppm Total Petroleum Hydrocarbons, less than 30 ppm Total Suspended Solids, less than 1000 ppm Chemical Oxygen Demand, less than 400 Biological Oxygen Demand, and be virtually odorless Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition is in the Government's best interest. The Government intends to solicit and award a Firm-Fixed Priced IDIQ Services Contract. The NACIS Code is 562211. The duration of the contract is anticipated to be for one (1) thirty (30) month base period from the date of an initial contract award and will include one (1) thirty month option. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement. A response to this sources sought synopsis will not result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. There is no solicitation available at this time. SUBMISSION REQUIREMENTS: Interested firms matching the categories referenced above must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office location(s), DUNS number and or Cage Code and statement identifying small business category and current status of the small business classification. (2) Relevant Experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor. Company sales brochures or marketing packages will not be considered. The submittal package must be received at the office no later than 3:00 p.m. EST on Friday, May 13 th, 2016. Electronic submissions of the Statement of Capabilities Packages can be sent electronically to robert.steed@dla.mil. LATE RESPONSES WILL NOT BE ACCEPTED. The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. Robert Steed, Contract Specialist, Phone 269-961-5361, Fax 269-961-4417, Email robert.steed@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/CA-OWSRenewal/listing.html)
 
Place of Performance
Address: Various DOD locations in California, United States
 
Record
SN04105266-W 20160506/160504234307-3d8a46aa1e3be7e2c5ca4fc6a703be10 (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.