Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
MODIFICATION

S -- Aqueous Film Forming Foam (AFFF) Waste Removal and Disposal

Notice Date
5/17/2018
 
Notice Type
Modification/Amendment
 
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
18BE087AFFF
 
Archive Date
6/9/2018
 
Point of Contact
Stephen Ngotho, Phone: 269.961.5465, Robert D. Steed, Phone: 2699615361
 
E-Mail Address
stephen.ngotho@dla.mil, robert.steed@dla.mil
(stephen.ngotho@dla.mil, robert.steed@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
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 8(a), HUBZone, woman-owned, and service disabled veteran-owned small businesses as well as other than small businesses (large businesses) for the requirement described below. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition is in the Government's best interest. 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. The scope of work requires incineration of the AFFF. The scope of work will consist largely of the removal, transportation, treatment and disposal of AFFF related wastes, characterized as non-hazardous, non-RCRA waste at the time of award of this contract. The Government may also order the delivery of 275-gallon Intermediate Bulk Containers (IBCs/totes) prior to waste removal at some locations. DLA Disposition Services will order the removal, transportation and disposal of AFFF-related liquid and solid wastes, both containerized and bulk, from Department of Defense (DOD) and Department of Homeland Security (DHS) installations located within the Continental United States. These installations within the Continental United States have been divided into three main regions which are EAST, WEST and MID-AMERICA. EAST is comprised of locations in Alabama, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, West Virginia, and Wisconsin. WEST is comprised of locations in Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming. MID-AMERICA is comprised of locations in Arkansas, Iowa, Kansas, Louisiana, Minnesota, Missouri, Nebraska, North Dakota, Oklahoma, South Dakota, and Texas. The Government intends to solicit and award a Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity (IDIQ) Services Contract. The NAICS Code is 562211. The duration of the contract is anticipated to be one 30-month base period followed by one 30-month option period for a total contract life of 5 years. There is no solicitation at available at this time. SUBMISSION REQUIREMENTS: Interested firms matching the categories referenced above must submit a brief capabilities statement package (no more than 3 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 location(s), DUNS number and/or Cage Code, and a statement identifying if you are a large business or a small business, small business category for small businesses and current status of the small business classification; (2) Relevant Experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC; if you were a subcontractor identify the work you actually performed as the sub-contractor. Company sales brochures or marketing packages will not be considered. The submittal package must be received at the office no later than 2:00 p.m. EST on 25 May 2018. Electronic submissions of the Statement of Capabilities Packages can be sent electronically to Stephen Ngotho at Stephen.ngotho@dla.mil. LATE RESPONSES WILL NOT BE ACCEPTED. The Government WILL NOT provide a debriefing 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/18BE087AFFF/listing.html)
 
Place of Performance
Address: Multiple Locations within the Continental United States., United States
 
Record
SN04926206-W 20180519/180517230905-39711ff6de0ed88112f1dabbaa7f5921 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.