Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOURCES SOUGHT

R -- MEDDAC Shredding Services

Notice Date
8/10/2020 1:21:22 PM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV120R0139
 
Response Due
8/18/2020 9:00:00 AM
 
Archive Date
09/02/2020
 
Point of Contact
Kenneth L. Lutes, Phone: 7038064945, Sherry L. Carner, Phone: 7038064425
 
E-Mail Address
kenneth.l.lutes.civ@mail.mil, sherry.l.carner2.civ@mail.mil
(kenneth.l.lutes.civ@mail.mil, sherry.l.carner2.civ@mail.mil)
 
Description
SOURCES SOUGHT SYNOPSIS This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� Respondents will not be notified of the results of this synopsis.� The U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, Veteran Owned, and Historical Black Colleges and Minority Institutions (HBCU/MI). Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. The United States Army Medical Department Activity (MEDDAC), Fort George G. Meade, MD requires shredding services at various locations in Maryland, Virginia, and Pennsylvania. The contractor shall provide bins no smaller than 32 gallon (36�H x 20.5�W x 16�D) for each facility/area listed in the attached PWS. Bins will be securable by lock and key; contractor will provide keys to the Government Representative. Contractor shall remove material from secure bins located at these facilities/sections, in a secure manner, always attended by contractor before they are destroyed. Shredding shall be accomplished using the crosscut, pierce and tear, method and remove all shredding from premises. Contractor will be available for 2 additional special pick-ups per year of boxes when government is purging files. The Government intends to award a Firm Fixed Price contract with a twelve month base period and three twelve month option periods. For additional information please see the attached Performance Work Statement (PWS). The capability statements for this Sources Sought market survey are not expected to be proposals, but rather documentation regarding the company�s existing experience in relation to the areas specified in the PWS. Interested contractors in NAICS code 561990 are requested to provide their information to Kenneth Lutes at Kenneth.l.lutes.civ@mail.mil and Sherry Carner at sherry.l.carner2.civ@mail.mil. The deadline for submission is 18 August 2020, NLT 12:00 P.M. ET. Late submissions may not be considered. � � Telephone responses will NOT be accepted. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is:� 561990, All Other Support Services. In response to this sources sought, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or� solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c748a8ac76140d199864ece6365f399/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05752187-F 20200812/200810230154 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.