Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOURCES SOUGHT

99 -- US Army, Edgewood Chemical and Biological Center (ECBC) Disposal of Hazardous Waste Possibly Contaminated with Chemical or Biological Agents

Notice Date
6/30/2016
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4455 LIETZAN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-16-R-ECBCWASTEDISPOSAL
 
Point of Contact
Elaine S. Millard, Phone: 4104368612
 
E-Mail Address
elaine.s.millard.civ@mail.mil
(elaine.s.millard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: US Army, Edgewood Chemical and Biological Center (ECBC) Disposal of Hazardous Waste Contaminated with Chemical or Biological Agents The U.S. Army, Edgewood Chemical and Biological Center (ECBC) is currently in the acquisition planning phase for potential upcoming procurement for the hazardous waste disposal of waste that may be contaminated with chemical and/or biological agents. The major elements of scope for this contract include: a. Transportation, management and disposal of chemical agent contaminated waste (> and < 1 Vapor Screen Level (VSL)). VSLs are as follows: HD=0.003 mg/m3, VX=0.00001 mg/m3, GB=0.0001 mg/m3. b. Transportation, management and disposal of biological agent contaminated waste Capability statements should include the following information: 1. Describe your approach (technical, management, regulatory, execution) for meeting all or a portion of the specific scope elements. 2. Provide a summary of experience and performance record covering the past 5 years. Identify all DOD, other government, or other commercial experience relevant to this RFI, specifically: a. Current permit conditions that would allow for the treatment of agent contaminated waste. b. Chemical agent contaminated waste transportation, management and disposal ( > and < 1 Vapor Screen Level (VSL)) c. Biological agent contaminated waste transportation, management and disposal d. Compliance with Chemical Weapons Convention (CWC) and Organization for the Prohibition of Chemical Weapons (OPCW) requirements e. Working with stakeholders and regulatory agencies at the state and federal level f. Compliance history related to the transportation, management and disposal of chemical and/or biological contaminated waste g. Working within the Incident Command Structure (ICS) during a transportation and disposal operation h. Experience with transportation and disposal of other military unique items 3. Discuss your experience in implementation of environmental, safety and health plans related to the transportation and disposal of chemical or biological agent contaminated waste. This discussion should address your approach to complying with federal and state laws, regulation and government directives. All interested parties are hereby invited to submit a capability statement, of no more than 10 double-sided pages in total, no smaller than 12-point font, and no more than 20 MB total of an electronic submission. The Government will review each capability statement based on the interested parties' demonstrated qualifications, capabilities, expertise, experience, and past performance in each of the scope areas. The Government will not reimburse preparation costs nor otherwise provide compensation for any information that is provided in response to this announcement. All capability statements should be submitted electronically to Elaine Millard, elaine.s.millard.civ@mail.mil, no later than 5:00 pm, EST, 15 July 2016. The Government anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated period of performance of five (5) years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 562211. This is a Sources Sought notice only for the purpose of conducting market research. No solicitation is available. This is not a request for proposals. NO contract award will be made from this publication. The response shall be limited to twenty (20) pages (8.5 inches by 11 inches) of English text. Any proprietary data that is intended only for evaluation purposes by the Government must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104-4. The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as subject to restrictive markings. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the submittal. If qualified and interested, please submit a capability statement from your company, providing the name of a point of contact, telephone number with area code, and e-mail address. The submittal shall be in Portable Document Format (PDF) or Microsoft Word Format. Electronic submittals only are acceptable. Respondents are responsible for ensuring electronic versions are virus free. Electronic submissions are due on or before 15 July 2016, 5:00 pm EST. Submit electronically to: elaine.s.millard.civ@mail.mil Respondent Information Business Name: CAGE Code: Point of Contact: Size Status(es) under this Sources Sought notice's identified size standard (SB, HUBZone SB, SDVOSB, etc): Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual Request for Proposal (RFP). A lack of Small Business responses to this notice may be treated as evidence of disinterest/incapability of Small Businesses to submit a proposal to any eventual RFP. 1) If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this Sources Sought notice. 2) Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? 3) For Small Business respondents with interest as a prime contractor, please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. 4) If your company is planning on business arrangements with other companies, please state the process used in selecting the members. 5) If your company has performed this type of effort or similar type effort in the past, provide Contract Number, Point of Contact (POC), e-mail address, phone number, and brief description of your direct support of the effort. 6) Does your company have a Defense Contract Audit Agency (DCAA) approved accounting system? 7) Does your company have a current registration in the U.S. Government System for Award Management (SAM)?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/873651f54f16a569166c7a8eb287bf6e)
 
Record
SN04167775-W 20160702/160630235430-873651f54f16a569166c7a8eb287bf6e (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.