Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOURCES SOUGHT

S -- Bio Hazardous Waste Removal | Cincinnati VA Medical Center

Notice Date
2/26/2024 7:23:44 AM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0356
 
Response Due
3/1/2024 10:30:00 AM
 
Archive Date
04/30/2024
 
Point of Contact
Josh Kovar, Contracting Officer
 
E-Mail Address
Joshua.Kovar@VA.gov
(Joshua.Kovar@VA.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Network Contracting Office (NCO-10) is seeking to identify Services Disabled Veteran Owner Small Businesses (SDVOSB) and/or Veteran Owned Owner Small Businesses (VOSB) vendors to perform the following services, Biohazardous Waste Removal and Disposal Cincinnati VA Medical Center. This is a Request for Information (RFI) to seek capable sources and request industry feedback ONLY. This notice does not constitute a commitment by the Government. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Government may use the responses to this RFI for information and planning purposes. The Cincinnati VA Medical Center (VAMC) and associated Community Based Outreach Clinics (CBOCs) require biohazardous waste pickups and disposal services. Services are to be performed daily, weekly, monthly, and or on/call depending on the location. In addition to answering the below questions 1-3, respondents are also requested to provide their capability statement, including company name, address, and point of contact information. Capabilities statement shall provide a detailed overview, experience, and qualifications to perform the requirement. Question #1: Response, are you interested in providing a quote for this requirement? Yes / No (choose one) Question #2: Response: If your firm is a SVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. Please provide current scope of operations and locations of service/capability: Where is your business located and where is your main scope of operations? Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc. Question #3: Response: Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR ยง 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). The applicable NAICS code for this requirement is NAICS 562211 Hazardous Waste Treatment and Disposal with a Small Business Size Standard of $47.0 Million Dollars. The Product Service Code is S222 Housekeeping Waste Treatment/Storage. For informational purposes only, the following Wage Determinations apply to this requirement: 2015-4719, Revision 25, dated 12/26/23 Please see SAM.gov for more information. All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Request for Information (RFI) is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Request for Information (RFI) are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this RFI. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Request for Information (RFI). The VA will not pay for information received in response to this Request for Information. Do not submit pricing information in response to this Request for Information. Detailed capabilities statements and answers to questions 1-3 must be submitted by email to Contract Specialist Josh Kovar at Joshua.Kovar@VA.gov in an electronic format, no later than 1:30 PM EST on March 01, 2024. As part of market research, this Request for Information / Sources Sought is to determine if there exists an adequate number of qualified interested contractors capable of providing services for this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ded7b3fe2eb74674b89e09cf610fcf3e/view)
 
Place of Performance
Address: US Department of Veterans Affairs Cincinnati VA Medical Center and Supported CBOCs EMS Department 3400 Vine Street, Cincinnati, OH 45220-2637, USA
Zip Code: 45220-2637
Country: USA
 
Record
SN06977415-F 20240228/240226230055 (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.