SOURCES SOUGHT
F -- Hazardous Cylinder Sampling, Testing, and Disposal
- Notice Date
- 3/23/2022 1:14:13 PM
- Notice Type
- Sources Sought
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- PAN413-22-P-0000-001085
- Response Due
- 3/31/2022 2:00:00 PM
- Point of Contact
- Maria Olipas, Phone: 808-787-8825
- E-Mail Address
-
maria.d.olipas.civ@army.mil
(maria.d.olipas.civ@army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is a Sources Sought notice. This is NOT a request for proposal and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposal, nor will any award be made as a result. The Army will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation will be made available only on the SAM website (https://sam.gov). Interested parties are solely responsible for monitoring the aforementioned website for release of a solicitation package. The information requested will assist the Government in determining the appropriate acquisition method, including whether a large business, small business social-economic set-aside, competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Company Name Address Phone Website Point of contact with phone and email Duns number Cage code Tax ID number Contract # if quoting on a GSA/FSS/NASA SEWP or other Contract Vehicle Type of Small Business e.g. SDVOSB, HUBZone, 8(a) WOSB, VOSB, etc. Must provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training (b) current in-house capability and capacity to perform the work (c) prior completed project of similar nature (d) corporate experience and management capability (e) examples of prior completed Government contracts, references, and other related information. Any responses involving teaming agreement/subcontractors should delineate between the work that will be accomplished by the prime and the work accomplished by the prime and the work accomplished by the teaming partners/subcontractors.� The Government will use this information in determining its small business set-aside decision. Only written responses sent by email to maria.d.olipas.civ@army.mil will be considered for market research to evaluate socioeconomic set-aside opportunities and development of solicitation strategy. All responses must be received on or before 11 am Hawaii Time on the Response Due date listed under General information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e7605903754f4446913b449a33f98b1c/view)
- Place of Performance
- Address: Schofield Barracks, HI 96857, USA
- Zip Code: 96857
- Country: USA
- Zip Code: 96857
- Record
- SN06277103-F 20220325/220324211509 (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 |