Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2018 FBO #6211
SOLICITATION NOTICE

S -- Sources Sought to establish porta-potty rental BPA.

Notice Date
11/23/2018
 
Notice Type
Synopsis
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
NPS, PWR - OLYM MABO<br />600 E. Park Avenue<br />Port Angeles<br />WA<br />98362-6757<br />US<br />
 
ZIP Code
98362
 
Solicitation Number
DOIPFBO190009
 
Response Due
12/21/2018
 
Archive Date
12/31/2018
 
Point of Contact
Hoversten, Hal
 
Small Business Set-Aside
N/A
 
Description
The National Park Service, Mount Rainier National Park, is issuing this Sources Sought notice to determine the availability and capability of companies to establish a single or multiple firm fixed-price Blanket Purchase Agreement(s) in accordance with FAR Part 13.303 for porta-potty rentals with weekly pumping and hand sanitizer refill services. The agreement(s) would be for a base year with four option years estimated not to exceed $50,000 per year. The location of work is multiple locations within the Park boundaries within Pierce, Lewis and King Counties. Principle components of the work consist of: 1. Supply and delivery/set-up of Americans with Disabilities Act (ADA) compliant and standard porta-potty unit(s) within 48 hours (Monday - Friday) of a call from an authorized NPS employee. 2. Furnishing and installing of hand sanitizer gel on a weekly basis. 3. Pumping and disposal of accumulated waste on a weekly basis. The applicable North American Industry Classification System (NAICS) Code is 562991 and the related small business size standard is $7.5M. The intent of this notice is to identify potential offerors and set-aside type for the Blanket Purchase Agreement(s) and is seeking qualified, experienced firms capable of providing the labor, equipment, and materials necessary to accomplish the Principle Components of Work as identified above. Interested offerors are invited to submit the following information: 1. Business name, address, DUNS number, cage code, size classification based on NAICS size standard, socioeconomic classification (HUBZone, 8(a), etc.), and a point of contact e-mail address. 2. A positive statement of your intention to participate as a prime contractor. 3. Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers Be advised, generic capability narratives will not assist in determining a firm's capability for this project. This sources sought notification is for informational purposes only. This announcement does not constitute a commitment, implied or otherwise, that a procurement action will be issued, and shall not be construed as an RFQ, RFP, IFB, or as any obligation on the part of the Government. No entitlement to payment will arise because of the submission of contactor information. All interested parties are encouraged to respond to this notice, by e-mail, to Hal Hoversten at hal_hoversten@nps.gov no later than 12:00 pm EDT on 12/21/2018. Any questions regarding this announcement can be sent to hal_hoversten@nps.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/DOIPFBO190009/listing.html)
 
Record
SN05158288-F 20181125/181123230008 (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.