Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2021 SAM #7206
SPECIAL NOTICE

S -- Barstow Daggett Airport Waste Management Services

Notice Date
8/22/2021 3:01:18 PM
 
Notice Type
Special Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
W6QM MICC-FT IRWIN FORT IRWIN CA 92310-5095 USA
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B21P0014
 
Response Due
8/31/2021 7:00:00 AM
 
Archive Date
09/15/2021
 
Point of Contact
Carlet Clark, Phone: 7603808054, Joey Acfalle, Phone: 7603806100
 
E-Mail Address
carlet.a.clark.civ@mail.mil, joey.p.acfalle.civ@mail.mil
(carlet.a.clark.civ@mail.mil, joey.p.acfalle.civ@mail.mil)
 
Description
SOLE SOURCE REQUEST FOR INFORMATION NOTICE THIS IS A Request for Information Notice ONLY. The U.S. Government currently intends to award a contract for Barstow Daggett Airport Waste Management Services on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this Request for Information notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to Burrtec Waste Industrial Inc. for Barstow Daggett Airport Waste Management Services. The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. 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 Request for Information 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 NAICS code is: 562111 In response to this Request for Information, 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e08699e6e1cb4e7f9ba2d1dd6e7586e3/view)
 
Place of Performance
Address: Barstow, CA, USA
Country: USA
 
Record
SN06106188-F 20210824/210822230113 (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.