Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOURCES SOUGHT

S -- Marine Septic Pumping Services, Lake Sonoma, Sonoma County, California

Notice Date
9/20/2017
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-18-S-0003
 
Point of Contact
James E Garror, Phone: 415/ 503-6988, Roberto L. Escobedo, Phone: 4155036949
 
E-Mail Address
James.E.Garror@usace.army.mil, Roberto.L.Escobedo@usace.army.mil
(James.E.Garror@usace.army.mil, Roberto.L.Escobedo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 562991, Septic Tank and Related Services. The Federal Supply Code (FSC) will be S222. The Standard Industrial Code (SIC) used is 4952. The size standard for small business is $7,500,000.00. Interested parties sought for a Marine Septic Pumping, Sewage Removal located in Lake Sonoma, Sonoma Counties, CA. Project will be solicited as an Invitation for Bid (IFB) for a base year and 4 option-years contract to include sewage removal at the US Army Corps of Engineers, Lake Sonoma Park. Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related information. NO AWARD will be made from this Sources Sought. NO SOLICTATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: James.E.Garror@usace.army.mil, Roberto.L.Escobedo@usace.army.mil All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. Project Description: This is a services contract to establish sewage removal (pumping-out) of restroom holding tanks at thirteen (13) small boat-in campgrounds, two (2) "on the lake" floating restrooms, two (2) campgrounds accessible only by four wheel drive vehicle and one (1) vault at our Yorty Creek recreation area. The contractor must have large compactly holding tanks and be able to perform the service by boat and four wheel vehicle. The work requires removal of septic waste from eighteen (18) separate restroom holding tanks on and around Lake Sonoma. There are two (2) floating restrooms located on the waters of Lake Sonoma. The location may vary between the Dry Creek arm at Smith Creek and the Warm Spring arm near Rattlesnake Island. The floating restrooms has a 450 gallon holding tank. There is a mix of Shasta Waterless Sanitation restrooms, portable restrooms, and Romtec vault restrooms in fifteen (15) primitive camp areas. Each Shasta Waterless restroom has a 300 gallon capacity vault, and each Romtec has a 750 gallon capacity vault. The Contractor is required to provide restroom pumping within 48 hours. All pumping shall be completed within 5 days of request regardless of the quantity requested. After each pumping, the contractor will add liquid enzyme solution (provided by the contractor and approved by the Park Manager) to facilitate solid waste breakdown. CAPABILITIES AND QUALIFICATIONS: a. Qualified personnel are required with recent knowledge and experience in: 1. Interested parties must have the capability to furnish a boat, motor, fuel, and a qualified boat operator for transportation to and from the primitive campground, including appropriately sized boat to support equipment in order to complete all work within the contract period of performance identified in the solicitation. Interested parties are required to submit proof of ownership, or access to, a boat as part of the response to this Market Research. All proposed equipment must be identified to this Market Research. 2. Contract work will be executed within October and ends 30 September at Lake Sonoma in any year. Interested parties may submit bid proposals for disposal of sewage removal material at the various location Lake Sonoma provided the contract work can be completed within the specified period of performance. 3. Offeror's type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). 4. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute swage removal and comparable work performed within the past five (3) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, list of equipment used, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Your response is limited to 10 single-sided pages total - using 10pt font. Please label your email response as follows: Subject: Response to W912P7-18-S-0003: Sources Sought market research for "Sewage Removal." All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 5:00 PM Pacific Time on 20 October, 2017. Submit response and information to: James.E.Garror@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 1455 Market St., Suite 1741B, San Francisco, CA 94103-1398. ____________________________________________________________________________________________ Contracting Office Address: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 Place of Performance: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 US Point of Contact(s): James E. Garror, 415-503-6988 James.E.Garror@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-18-S-0003/listing.html)
 
Record
SN04686164-W 20170922/170920231827-57934ba9f67059a3cf808feb4caa722f (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.