Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

S -- Puget Sound

Notice Date
2/16/2017
 
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
15-BE-054
 
Archive Date
3/14/2017
 
Point of Contact
Sarah E Jachym, Phone: 269-961-4542, Daniel Schuemann, Phone: 269-961-5238
 
E-Mail Address
sarah.Jachym@dla.mil, daniel.schuemann@dla.mil
(sarah.Jachym@dla.mil, daniel.schuemann@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. 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 small business concerns, 8(a) small business concerns, Historically Underutilized Business Zone (HUBZONE) small business concerns, Service Disabled Veteran Owned small business concerns, Emerging Small Businesses, and Woman Owned small business concerns, for an Firm-Fixed Price and Indefinite Quantity Contract for the removal, transportation, and disposal of waste that may contain RCRA Hazardous and Non- Hazardous components in and round Puget Sound. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a further set-aside acquisition in lieu of a small business only set-aside is in the Government's best interest. The Government intends to solicit and award a Firm-Fixed Price Indefinite Quantity Contract for Services. The NAICS 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. DLA Disposition Services is seeking eligible 8(a), HUBZone or Service Disabled Veteran Owned Small business firms capable of Collection of RCRA Hazardous and Non-Hazardous Waste, Transportation and Disposal at the Anniston Army Depot. The scope of work includes all management, supervision, labor, engineering services, tools, materials, equipment, supplies, facilities, and transportation necessary to perform the required services including, but not limited to the following: Transportation, removal and disposal Blasting Booth Dust/Sandblast material that may contain RCRA Hazardous and Non- Hazardous components, and providing rental of various size storage containers including, but not limited to various size roll offs to be provided in as little as one (1) day advanced notice. The contractor shall be solely responsible for cleanup of any and all spills or leaks during the performance of this contract that occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors to the satisfaction of the Government and at no cost to the Government. Contractors must use a Transportation company that is on the DLA Disposition Services Qualified Transporters list to transport all wastes and contractors must only dispose of the property on the contract at a facility that is on the approved DLA Disposition Services Qualified Disposal Facility list. During the course of the current contract for these services approximately. Any prospective bidders must demonstrate their ability to process this volume of property. SUBMISSION REQUIREMENTS: It is requested that interested HUBZone, 8(a), etc. type small businesses submit to the Contract Specialist a brief capabilities statement package (no more than 5 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 locations(s), DUNS number, and statement identifying its small business category (8(a), HUBzone, Small Business, etc.), and current status. (2) Relevant Experience within the last five years, including contract number, and Government/Agency point of contact and current telephone number. A brief description of how the contract referenced relates to the technical services described herein; example ability of the firm to manage a 10 day standard pick up time frame to include but not limited to PCB disposal, battery disposal, provide analyses on unknown waste, unknown cylinders, provide 96 hour bioassay tests, sample waste, provide creosol testing, provide management services, provide roll offs, provide over pack services, and dispose of all of it in the allotted time-frames, and ability to provide roll-offs on a 1 day expedite request, such as would be required in an IDIQ type contract. The submittal package must be received not later than 3:00 p.m. EDT on Monday February 27, 2017 Electronic submissions of the Statement of Capabilities Packages can be sent electronically to sarah.jachym@dla.mil LATE RESPONSES WILL NOT BE ACCEPTED. The Government WILL NOT provide a debrief 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. Point of Contact Sarah E. Jachym, Contract Specialist, Phone 269-961-4542, Fax 269-961-4474, Email sarah.jachym@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/15-BE-054/listing.html)
 
Place of Performance
Address: Puget Sound, Puget Sound, Washington, United States
 
Record
SN04405277-W 20170218/170216234634-223d965f42dbce7b551a101b98f9c1ae (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  © 1994-2020, Loren Data Corp.