SOURCES SOUGHT
S -- Integrated Solid Waste Management to Recycle and Dispose of Untreated Wood
- Notice Date
- 4/10/2019
- Notice Type
- Synopsis
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 23511
- Solicitation Number
- N4008519T6612
- Response Due
- 4/25/2019
- Archive Date
- 9/30/2019
- Point of Contact
- 757-341-0559
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Businesses capable of performing Integrated Solid Waste Management to Recycle and Dispose of Untreated Wood for the entire Tidewater Region of Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC MIDLANT). The following is required from the contractor: - The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform refuse collection, disposal and recycling from NAVFAC MIDLANT (Hampton Roads Area). - The Contractor shall accept all non-treated waste wood delivered by truck to its facility by government forces. - The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations within the Integrated Solid Waste Management function. - The Contractor is to recycle as much untreated waste wood as possible. - The Contractor shall provide untreated waste wood recycling and disposal services to ensure recyclables are properly disposed. - The Contractor shall provide untreated waste wood receiving and recycling and disposal services to ensure waste wood is recycled and disposed of properly and safely. - The Contractor shall provide weight tickets to each driver upon delivery of waste wood, to ensure compliance with the installation s waste reduction policy. The appropriate North American Industry Classification System (NAICS) code for this procurement is 562998 All Other Miscellaneous Waste Management Services, and the Small Business Size Standard is $7,500,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services by August 2019. It is requested that interested sources submit to the Contracting Officer a capabilities package. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. The capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years with the following characteristics Ability to receive and properly recycle and dispose of untreated wood generated from Navy activities. Ability to properly dispose of incidental amounts (up to 5%) of contaminated wood in accordance with all applicable local, state, and federal regulations. Ability to properly track and report accurate weights of untreated wood received for recycling. Possess and maintain all labor, materials, and equipment necessary to perform the tasks. Maintain overall facility compliance with all local, state, and federal regulations, and not be subject to any enforcement orders. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government/Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 25 April 2019 at 5:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. The capabilities package shall not exceed 5 pages and shall ONLY be submitted electronically to Rachel Honecker at rachel.honecker@navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgment via reply email. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-APR-2019); 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/DON/NAVFAC/N62470HR/N4008519T6612/listing.html)
- Record
- SN05277163-F 20190412/190410230022 (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 |