SOURCES SOUGHT
S -- Hazardous and Non-Hazardous Disposal Waste Services - Draft Performance Work Statements
- Notice Date
- 4/10/2018
- Notice Type
- Sources Sought
- NAICS
- 562212
— Solid Waste Landfill
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
- ZIP Code
- 20228
- Solicitation Number
- 2031ZA18N00031
- Archive Date
- 5/5/2018
- Point of Contact
- Roxanne C Spencer, Phone: 2028471675, Charles Hoddinott, Phone: 202.874.0798
- E-Mail Address
-
roxanne.spencer@bep.gov, charles.hoddinott@bep.gov
(roxanne.spencer@bep.gov, charles.hoddinott@bep.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement-WCF Draft Draft Performance Work Statement-DCF This is a Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a guarantee to issue a solicitation in the future. The Government will not reimburse participants for any cost associated with the submission of the information being requested or reimburse expenses incurred to the interested parties for responses. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses (SDVOSB); 8(a) small businesses; woman-owned small businesses (WOSB); economically disadvantaged women-owned small businesses, (EDWOSB) or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for this potential requirement. The NAICS code for this sources sought is 562112 with a size standard of $38.5 Million. The draft PWS is uploaded in order to review the requirement details. If a vendor feels that another NAICS code is more appropriate, please discuss that in your capability response. Responses to this Notice will assist the Government in determining the appropriate acquisition method, including whether or not a set-aside is possible. The Bureau of Engraving and Printing (BEP) is interested in identifying contracting entities that can provide disposal of industrial hazardous and non-hazardous waste inclusive of the treatment or recycling of various wastes generated at both the Bureau of Engraving and Printing's locations below: 1. Washington DC Facility (DCF) 301 14th Street. SW, Washington, DC 20228 And 2. Western Currency Facility (WCF) 9000 Blue Mound Road, Fort Worth, TX 76131. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Industrial Hazardous and Non-Hazardous Waste Disposal as defined in this Performance Work Statement except for those items specified as Government-furnished property and services. The Contractor shall perform to the standards in this contract. No formal solicitation document exists at this time. Those parties interested are requested to provide a company profile and a capabilities statement not to exceed 5 pages of their ability to perform the requirement, including the name of the business, DUNs number, and responses to the specific questions listed below. 1. Company Name, point of contact, email address, telephone and web address. 2. Are you able to provide a key staff person capable of passing the mandatory background security investigation and meet the Government's need to have stability and continuity of your workforce during the duration of the contract/ 3. What is your staffing contingency plan if/when key personnel and staff persons are removed from the contract for any reason (e.g., promotion, attrition, long term illness, impropriety, death, etc.) so as not to interrupt contract requirements? 4. What percentage of work, if any, would be done by subcontractors? If so, what are your quality control measures? Please provide your business size. The point of contact for this Notice is: Ms. Roxanne Spencer, roxanne.spencer@bep.gov Email responses to this Notice shall be sent to the attention of individual listed above. Due date for responses are no later than Monday April 20, 2018, 12:00 PM Washington, DC time. This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The BEP will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). If so, respondents are solely responsible for properly marking and identifying such information within their response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/242c2b2e37487ee2a413724bd29aa93c)
- Place of Performance
- Address: 1.Washington DC Facility (DCF), 301 14th Street. SW, And, 2.Western Currency Facility (WCF), 9000 Blue Mound Road, Fort Worth, TX 76131., Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN04884725-W 20180412/180410231019-242c2b2e37487ee2a413724bd29aa93c (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 |