Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

S -- Fort Bragg / Camp Lejeune Transportation and Disposal of Hazardous Waste

Notice Date
2/27/2020 6:10:56 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-BE-024
 
Response Due
3/13/2020 12:30:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Chad Hankins, Phone: 2699615224, Michelle Watson, Phone: 2699615086
 
E-Mail Address
chad.hankins@dla.mil, Michelle.Watson@dla.mil
(chad.hankins@dla.mil, Michelle.Watson@dla.mil)
 
Description
THE INTENT OF THIS SOURCES SOUGHT IS TO IDENTIFY QUALIFIED SMALL BUSINESSES, specifically 8(a), HUBZone, woman-owned, and service disabled veteran-owned small businesses, for the requirement described below. The intent of this Sources Sought is to identify capable small business that can perform with limitations on subcontracting. � The scope of work requires the transportation and disposal of RCRA Hazardous wastes, non-RCRA wastes, Compressed Gas Cylinders, State-Regulated waste, Non-Hazardous Waste, and Polychlorinated Biphenyls (PCBs) in Fort Bragg and Camp Lejeune, NC and surrounding areas.� All services necessary for the collection, storage, processing, removal, transportation, final treatment and disposal of waste shall be in accordance with all local, state, Army, Air Force, Department of Defense, Navy, and Federal laws and regulations. The Class Deviation 2019-O0003 to clause FAR 52.219-14 Limitations on Subcontracting, issued by the Office of the Secretary of Defense (OSD) on 03DEC2018, will have a significant impact on set-aside options for this requirement. With Class Deviation 2019-O0003, the Offeror/Contractor agrees to not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Contractors may be subject to a minimum $500,000 fine if awarded a contract with this clause and don�t meet the requirement. Based on our extensive history in procuring hazardous waste disposal services, we have identified the majority of RCRA TSDFs (Treatment, Storage, Disposal Facilities) in the industry as large businesses. Furthermore, all TSDFs used during the performance of this contract must be approved and listed on the Qualified Facilities List (https://www.dla.mil/DispositionServices/Offers/Disposal/HazardousWaste/HazWasteDisposal/).� Since waste disposal costs make up a large portion of the contract dollar value, there is a reasonable expectation that a small business would pay more than 50% of the cost of the contract to large businesses, given the lack of small business ownership of TSDFs. The Government intends to solicit proposals on beta.SAM.gov and award a Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract. The contract is anticipated to have one 30-month base period, followed by one 30-month option period. There is no solicitation available at this time.� IF YOUR FIRM IS CAPABLE OF PERFORMING THE REQUESTED SERVICES, WITHOUT THE LIMITATIONS ON SUBCONTRACTING, THE CAPABILITIES PACKAGE DETAILED BELOW IS NOT REQUIRED.� In accordance with FAR 6.101(a), with certain limited exceptions, contracting officers shall promote and provide for full and open competition in soliciting offers and awarding Government contracts. If your firm would like to respond to this Sources Sought, but has an inability to meet the limitations on subcontracting, please email the POC, without a capabilities package, simply with a Notification of Interest. SUBMISSION REQUIREMENTS:� Interested firms must demonstrate their ability to perform the requested services, described above, by submitting a brief capabilities package (no more than three pages in length, single-spaced, 12-point font minimum).� This documentation shall identify, at a minimum:� (1) Company name, office location(s), CAGE Code, and a statement identifying small business category and current status of the small business classification;� (2) Relevant experience within the last five years, including any contract number(s), total value, performance period, 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; and (3) A statement identifying your firm�s ability to perform in accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2019-O0003).� (4) A listing of TSDFs your firm would use during the performance of this contract, identifying each TSDF as similarly situated or not as your firm. The submittal package must be emailed to chad.hankins@dla.mil. The submittal package must be received no later than 1530 EST on 13 MAR 2020.� LATE RESPONSES WILL NOT BE ACCEPTED.� 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. If an unrestricted solicitation is issued, then the Class Deviation 2019-O0003 Limitations on Subcontracting would not apply. All responsible firms, including small businesses, are eligible to submit a proposal in response to an unrestricted solicitation. A response to this sources sought will not be considered an adequate response to any forthcoming solicitation announcement. The Government WILL NOT provide a debriefing on the results of the survey.� No reimbursement will be made for any costs associated with providing information in response to this ""sources sought"" notice or any follow-up information requests. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/361c3305ad274ce7bee6385276c7441f/view)
 
Place of Performance
Address: Cherry Point, NC 285330018, USA
Zip Code: 285330018
Country: USA
 
Record
SN05574944-F 20200229/200227230144 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.