SOURCES SOUGHT
S -- Hazardous Waste Removal and Disposal at San Antonio, TX and surrounding area.
- Notice Date
- 12/18/2019 7:35:04 AM
- Notice Type
- Sources Sought
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- 20_006
- Response Due
- 1/10/2020 12:00:00 PM
- Archive Date
- 01/25/2020
- Point of Contact
- Heidi McCoy, Phone: 269-961-4076
- E-Mail Address
-
heidi.mccoy@dla.mil
(heidi.mccoy@dla.mil)
- Description
- A sources sought is a market research tool used to determine availability and adequacy of potential business sources prior to determining the method of acquisition.� The intent of this sources sought is to identify qualified 8(a), HUBZone, woman-owned, and service disabled veteran-owned small businesses for the requirement described below.� Upon review of industry response to this Sources Sought, the Government will determine whether a set-aside acquisition is in the Government's best interest.� The scope of work requires the transportation and disposal of Resource Conservation and Recovery Act (RCRA) Hazardous wastes, non-RCRA wastes, Compressed Gas Cylinders, State-Regulated waste, Non-Hazardous Waste, and Polychlorinated Biphenyls (PCBs) at San Antonio, Texas and surrounding areas.� All services necessary for the collection, storage, processing, removal, transportation, final treatment and disposal of waste will be in accordance with all local, state, and Federal laws and regulations. The Government intends to solicit and award a Firm-Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) Services Contract. The North American Industry Classification Standard (NAICS) Code is 562211 (Hazardous Waste Treatment and Disposal). The size standard of this NAICS code is $41.5M. NAICS code compliance verification will occur if/when proposals are submitted.� The contract is anticipated to have one 30-month base period, followed by one 30-month option Period.� �FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2019-O0003) will apply to this acquisition.� Therefore, in accordance with paragraph (e)(1) the Offeror/Contractor agrees in performance of the contract � it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. SUBMISSION REQUIREMENTS:� Interested firms must submit a brief capabilities statement package (no more than three pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services, described above.� This documentation shall address the following:� (1) Company profile to include number of employees, office location(s), DUNS number and/or Cage Code, and any applicable current small business classifications;� (2) Relevant experience within the last five years, including any contract number(s), names of individuals responsible for the referenced contracts/projects, and current telephone numbers for those individuals; 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; and (3) A statement specifying the firm�s ability to perform in accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2019-O0003).�� �Contractors are reminded that this is a Sources Sought Notice, NOT a solicitation for work, nor is it a request for proposals, rather it is to determine if there is potential for a contract to be set aside for small business or other small business set-aside programs. A response to this Sources Sought Notice will not be considered an adequate response to any forthcoming solicitation announcement, nor will it result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. There is no solicitation available at this time. 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. The submittal package must be received at the office no later than 3:00 p.m. EST on Friday, January 10, 2020.� Electronic submissions of the Statement of Capabilities Packages can be sent electronically to Heidi McCoy, Contract Specialist, at Heidi.mccoy@dla.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7712d1fb164a46758f74be79b60cb02d/view)
- Place of Performance
- Address: San Antonio, TX 78216, USA
- Zip Code: 78216
- Country: USA
- Zip Code: 78216
- Record
- SN05520690-F 20191220/191218230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |