MODIFICATION
S -- Sanitary Refuse Requirement - PWS
- Notice Date
- 4/12/2017
- Notice Type
- Modification/Amendment
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, 8112 Nebraska Avenue, Fort Leonard Wood, Missouri, 65473, United States
- ZIP Code
- 65473
- Solicitation Number
- W911S717R0003
- Archive Date
- 12/30/2016
- Point of Contact
- David Wayne Foster, Phone: 5735960246
- E-Mail Address
-
david.w.foster24.civ@mail.mil
(david.w.foster24.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS Sanitary Refuse SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Sanitary Refuse Requirement on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, Economically-Disadvantaged Women Owned-Small Business, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code 562991, Septic Tank and Related Services, Size Standard $7.5 Million. NOTE: The Performance Work Statement (PWS) is herein attached with this Sources Sought. A continuing need is anticipated for Sanitary Refuse to locations around Fort Leonard Wood and Lake of the Ozarks Recreational Area, MO, which is currently being fulfilled through current contract W911S7-13-D-0001. In order for MICC Fort Leonard Wood (FLW) to accurately determine the most appropriate means of procuring these services, valuable industry input is of the utmost importance. Your responses to the following questions, and providing any other information you feel would be valuable and beneficial, will aid in MICC FLW making a determination as to the procurement approach that will maximize competition while still fulfilling the requirement in the most effective way possible. Question #1: Is your firm capable of performing all the tasks detailed in the requirement description? Question #2: If your answer to question #1 is no, please explain which tasks you cannot perform. Question #3: Is there a difference in the equipment and personnel training/expertise required to service portable latrines as opposed to the equipment and expertise needed to service permanent latrine facilities (including septic tanks)? If so, what is the difference? Question #4: If this requirement was re-solicited as two requirements; one for the services associated with the portable latrines; and the other for the tasks associated with all other types of latrines covered by the solicitation, would your firm issue a bid/offer for both requirements? Question #5: If the answer to question #4 is NO, why not? Question #6: If the answer to Question #4 is YES, would the prices offered for the two separate solicitations likely be greater than the prices offered for the tasks in one solicitation? If so, please briefly explain how breaking the requirement into two smaller requirements for separate contracts might impact how you would calculate your bids/offers. In response to this sources sought please provide: A. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, EDWOSB, WOSB, etc.) and the corresponding NAICS code. B. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. C. Please provide responses to this notice to: david.w.foster24.civ@mail.mil D. Telephone responses will not be accepted. Please provide responses in writing, via email no later than 3:00 pm (Central Time), April 19, 2017...
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/181eb92772e9f5109b5de7ae06c2e7ba)
- Record
- SN04469437-W 20170414/170412234311-181eb92772e9f5109b5de7ae06c2e7ba (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 |