SOURCES SOUGHT
S -- Waste Handling Services - Draft SOW
- Notice Date
- 7/21/2016
- Notice Type
- Sources Sought
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, Attn: CEMVN-CT, PO Box 60267, New Orleans, Louisiana, 70160-0267, United States
- ZIP Code
- 70160-0267
- Solicitation Number
- W807PM61311808
- Archive Date
- 8/12/2016
- Point of Contact
- Spenlinda Lake, Phone: 6016317905
- E-Mail Address
-
spenlinda.l.lake@usace.army.mil
(spenlinda.l.lake@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work THIS IS A SOURCES SOUGHT NOTICE ONLY for the purpose of conducting Market Research. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE AT THIS TIME. For information purposes, a DRAFT Statement of Work is included as a part of this posting. The Vicksburg District Contracting Office is soliciting Capability and/or Product Statements from all qualified and interested firms to gain knowledge of potential qualified sources. The NAICS Code for the proposed acquisition is 562998 -- All Other Miscellaneous Waste Management Services with a size standard of $7.5M. DRAFT STATEMENT OF WORK: Mat Sinking Unit Waste Handling Services Scope of Work The Mat Sinking Unit requires waste handling services for dumper delivery/rental/retrieval and waste delivery. This contract will last for one year after contract award. The Mat Sinking Unit works on the Mississippi River for normally 3-4 months at a time. At this time, the unit requires the rental of several 6 cubic yard dumpsters for storing ash from our incinerator. When the Mat Sinking Unit is completed with river work, the dumpsters and their contents shall be retrieved by the contractor. The government also requires the rental of a 40 cubic yard open top roll off dumpster for one year which will require delivery and emptying of waste many times over the course of the year. The detailed specifications are listed below: • Rental of one (1) 40 cubic yard roll off dumpster for the length of one year • Roll off 40 yard emptying service for up to one year after contract award  Contract should allow for up to 15 six-ton hauls* • Rental of eight (8) 6 cubic yard roll off dumpsters for the length of mat sinking season  Will be required the week of August 15-19th until about the week of December 5-9th, depending on how long the mat sinking season lasts*  Contract shall include rental period of up to four months *The initial contract will be awarded with these amounts listed. Should the need arise for more hauls/service calls or rental time, the contract will be modified to add the extra necessities. Extra work shall not be performed until the contract modification is awarded by the contracting office. Option Years This contract will be awarded as a base year contract for one year with option years available for up to four more years. If the contractor performs satisfactory work during the base year, the Corps of Engineers may choose to exercise the next option year. Location All services and delivery shall be provided at the Mat Sinking Unit at 2577 Haining Rd, Vicksburg, MS, 39183. Security Requirements All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) 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 installation or facility change, the Government may require changes in contractor security matters or processes. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance or access privileges, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. Veterans Employment Emphasis for U.S. Army Corps of Engineers Contracts In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222-38, FAR Clause 52.222-35, FAR Clause 52.222-37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs-VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warriors Program- http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation-Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans-Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_-_guide_to_hiring_veterans_0.pdf Send all Capablity and Product Statements to Spenlinda.l.lake@usace.army.mil with an email subject "Waste Handling".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W807PM61311808/listing.html)
- Place of Performance
- Address: 2577 Haining Rd, Vicksburg, Mississippi, 39183, United States
- Zip Code: 39183
- Zip Code: 39183
- Record
- SN04191649-W 20160723/160721235759-2e95b4a8c8fc68c0b19ef9defeddbcc1 (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 |