Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2016 FBO #5315
SOURCES SOUGHT

F -- HAZARDOUS WASTE DISPOSAL AND REMOVAL SERVICES AT APG, MD - DRAFT PWS

Notice Date
6/10/2016
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56ZTN-16-R-HW02
 
Point of Contact
Lori L. Nguyen, Phone: 4438614769, Jennifer M Buchness, Phone: 4438614759
 
E-Mail Address
lori.l.nguyen.civ@mail.mil, jennifer.m.buchness.civ@mail.com
(lori.l.nguyen.civ@mail.mil, jennifer.m.buchness.civ@mail.com)
 
Small Business Set-Aside
N/A
 
Description
This is a DRAFT PWS. The U.S. Amy Contracting Command-Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and having the resources capable of supporting the requirement for Hazardous Waste Disposal and Removal Services at Aberdeen Proving Ground (APG), Maryland (MD). The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. Government intends a single award Requirements-type contract for one (1) base year and four (4) one-year options for this required effort. All Small Business Set-Aside categories will be considered. Telephone inquiries will NOT be accepted or acknowledged, and NO feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE: Edgewood and Aberdeen areas of APG, MD and occasional off-site areas controlled by APG, MD. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. PROGRAM BACKGROUND APG is a large quantity generator of hazardous waste. As a part of its overall mission, the United States Army Garrison Aberdeen Proving Ground (USAG APG) has the responsibility of ensuring that all hazardous waste generated as a result of support and tenant operations is managed in such a manner that meets the requirements of all Federal, State, Local, and Army regulations. The Directorate of Public Works, Environmental Division (DPW-ED), is responsible for hazardous waste management at APG. The objective of this contract is to obtain quality services for: 1.) The packaging, removal, and disposal of hazardous and certain non-hazardous waste, 2.) Emergency and non- emergency response and remediation services, and 3.) Transportation of waste from various locations to APG's permitted hazardous waste storage facility, temporary storage building- 5110 in Aberdeen area, and/or off-site Treatment-Storage-Disposal Facilities (TSDFs). Specific Performance Standards and Metrics include: Removal of all waste from APG in twenty five calendar days (except bulk waste which must be removed in three working days), error free shipping documents, adequate contractor staffing and training to perform the job per the attached DRAFT performance work statement (PWS), and timely submission of invoices and other required documentation per the attached DRAFT PWS. REQUIRED CAPABILITIES The Contractor, as an independent contractor and not as an agent of the Government, shall perform Hazardous Waste Disposal services in accordance with (IAW) the attached DRAFT PWS. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: • Wage Determination - Service Contract Act • Schedule of Disposal Services (Note: This schedule will be provided in the solicitation.) ELIGIBILITY The applicable NAICS code for this requirement is 562211 with a Small Business Size Standard of $38.5 millions of dollars. The Product Service Code is F108. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, July 08, 2016. All responses under this Sources Sought Notice must be e-mailed to Lori L. Nguyen at lori.l.nguyen.civ@mail.mil and Jennifer M. Buchness at jennifer.m.buchness.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that as a Small-Business Set-Aside is being considered, in accordance with FAR 52.219-14, Limitations on Subcontracting, a small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this attached DRAFT PWS for the base period as well as all subsequent option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, Cage code, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, 8(a) or Service Disabled Veteran-Owned Small Business Concern. The estimated period of performance consists of one (1) base year and four (4) one-year options. Specifics regarding Schedules of Disposal Services for all years will be provided in the solicitation. The intent is to issue a single award, requirements type contract with task orders issued on a firm fixed price (FFP) basis for this required effort. This intent is subject to change at the Government's discretion and will be finalized prior to the issuance of the solicitation to the GPE. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Lori L. Nguyen at lori.l.nguyen.civ@mail.mil and Jennifer M. Buchness at Jennifer.m.buchness.civ@mail.mil, in either Microsoft Word or Portable Document Format (PDF), via email given above. No hard copies will be acknowledged. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the points of contact identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/283dfc199fc41e4a17b675cec2c99867)
 
Place of Performance
Address: Edgewood and Aberdeen areas of APG, MD and occasional off-site areas controlled by APG, MD., Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04145619-W 20160612/160610233950-283dfc199fc41e4a17b675cec2c99867 (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.