Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

99 -- Lift Station and Grease Trap Services

Notice Date
10/16/2020 1:31:08 PM
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
FA4427 60 CONS LGC TRAVIS AFB CA 94535-2632 USA
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427101620RFI
 
Response Due
10/30/2020 1:00:00 PM
 
Archive Date
11/14/2020
 
Point of Contact
Jude Rubrico, Phone: 7074247773, Vitaliy Kim, Phone: 7074247740
 
E-Mail Address
judejames.rubrico@us.af.mil, vitaliy.kim@us.af.mil
(judejames.rubrico@us.af.mil, vitaliy.kim@us.af.mil)
 
Description
Sources Sought: The 60th Contracting Squadron is seeking sources for items on Travis AFB CONTRACTING OFFICE ADDRESS: 350 Hangar Ave, Bldg. 549 Travis AFB, CA INTRODUCTION: This is a SOURCES SOUGHT to determine the availability of businesses to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUB Zone Firms, Service-Disabled Veteran-Owned Small Businesses, and Woman Owned Small Business) and large business concerns to provide the required products. Travis AFB is seeking sources to provide all management, personnel/labor, equipment, tools, materials, vehicles, supervision, appropriate license(s)/qualification(s) and other items and services necessary to perform PUMP OUT, CLEANING and DISPOSAL SERVICES on SANITARY SEWAGE LIFT STATION and GREASE TRAPS, to include any necessary delivery as defined in the attached draft Performance Work Statement (PWS) at Travis Air Base, California. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The contractor shall provide Sanitary Sewage Lift Station and Grease Traps Services. Services to include PUMP OUT, CLEANING and DISPOSAL SERVICES on SANITARY SEWAGE LIFT STATION and GREASE TRAPS. The contractor shall perform these services in accordance with the standards specified in the draft PWS. This notice is to help Travis AFB in determining potential sources only. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be posted later at https://www.beta.SAM.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. �ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS DESCRIPTION IS STRICTLY VOLUNTARY. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 562991� Septic Tank and Related Services, size standard of $8.0 Million Dollars. � To assist the 60th Contracting Squadron in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use Travis AFB or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUB Zone Small Businesses. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Business Size and Type of Small Business (if applicable); 4) Cage Code; 5) DUNS Number; 6) Contract vehicles that would be available to the Government for the procurement of the product, to include General Service Administration (GSA), Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 7) Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this description. Documentation should be in bullet format. 8) Fill out and return the attached Sources Sought Questionnaire Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: 1) Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. 2) A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years. 3) Does your company provide technicians who are OEM trained and Certified? 4) Do your technicians must at least 3 years commercial and or government experience in accelerator and X-Raying imaging equipment service within the past five (5) years? 5) Does your company have an agreement with Varian to provide OEM parts and software to include updates and same warranties? Interested parties must comply with the below technical requirements 1) Service performed by OEM-certified technicians - Vendor must provide a letter from OEM (Steris) identifying names of technicians to include copy of certificates.� Certificates will demonstrate make and models of equipment listed on Appendix A of PWS.� Training will be current. 2) Use of only new OEM parts - Vendor must demonstrate that they have an OEM agreement to receive and supply parts from OEM for equipment listed in Appendix A of PWS. 3) Preventive maintenance and unlimited repairs that include all parts, labor, and travel. 4) Manufacturer telephone technical support 24/7 - Vendor must describe Performance Plan to include telephone technical support 24/7. 5) Software Support - Vendor must provide letter from OEM verifying software support will be provided by factory training OEM technicians to include certificates demonstrating software training for models of equipment listed on Appendix A of PWS. 6) Service Reports 7) Proof of access to new OEM parts and software, as well as access to OEM exact loaners. 8) Past performance survey Vendors who wish to respond to this should send responses via email not later than October 30, 2020 at 1:00 PM Pacific Standard Time (PST) to judejames.rurico@us.af.mil and vitaliy.kim@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/baf2e91b90984187bce824ba0cca36cb/view)
 
Place of Performance
Address: Travis AFB, CA 94535, USA
Zip Code: 94535
Country: USA
 
Record
SN05829940-F 20201018/201016230137 (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.