SOURCES SOUGHT
S -- SOURCES SOUGHT: Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS)
- Notice Date
- 10/4/2024 6:07:54 AM
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK-24-SS-0001
- Response Due
- 9/20/2024 12:00:00 PM
- Archive Date
- 10/05/2024
- Point of Contact
- Christopher McCabe, Scott Harris
- E-Mail Address
-
christopher.a.mccabe@usace.army.mil, scott.d.harris@usace.army.mil
(christopher.a.mccabe@usace.army.mil, scott.d.harris@usace.army.mil)
- Description
- UPDATE: 4 OCTOBER 2024: Due to unforeseen events related to Hurricane Helene, the virtual industry day/roundtable discussion related to this notice has been postponed to early November (week of 4-8 November).� If you are interested in attending in early November, please contact Troy Robbins, Small Business Programs Deputy at troy.a.robbins@usace.army.mil. SOURCES SOUGHT:� Advanced Contracting Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS) This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capabilities of potential sources and the availability of commercial sources pursuant to FAR Part 10 seeking qualified sources for the Advanced Contracting Initiative (ACI) - Regional Contracts for Debris Management Services (RCDMS) to be provided throughout the continental United States (CONUS) and its territories and commonwealths outside of the continental United States (OCONUS). �Debris management services may be provided within the geographical boundaries of all U.S. Army Corps of Engineers Districts and their mission assignments. The tracking number for this announcement is (W912EK-24-SS-0001). �Contractors who responded to W51DQV24S10Y9 are requested to also respond to this sources sought. � The NAICS code for this proposed acquisition is 562119 - Other Waste Collection. �The small business size standard for NAICS code 562119 is $47 million. This notice is for MARKET RESEARCH PURPOSES ONLY and does not constitute a Request for Quote or Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. The Government reserves the right to consider any arrangement as deemed appropriate for this procurement. COMPETITION AND SET-ASIDE DECISIONS WILL BE MADE BASED ON THE RESULTS OF THIS MARKET RESEARCH AND THE FEEDBACK FROM THIS SOURCES SOUGHT. The US Army Corps of Engineers, Rock Island District, solicits a capability statement and complete Q&A form provided from all qualified businesses that can quickly respond to natural and man-made disasters providing debris management services within 24 hours. �The ACI Debris contractors shall provide debris management and furnish equipment, operators, and laborers for debris removal operations which includes, but is not limited to, segregation, removal, hauling, disposal, and structural demolition on public, commercial, or private property as specified by the Government. �Debris is defined as materials originating from the effects of any natural or man-made catastrophe or major disaster. �Materials included are both man-made and natural origins and may include hazardous/toxic/radiological wastes (HTRW). �Examples of man-made materials include lumber, concrete, asphalt, metals, and plastics. �Examples of natural origin materials include clay, sand, gravel, rock, grass, and trees. �Debris may be generated from various types of hazards including, but not limited to, hurricanes, wildfires, floods, tornadoes, earthquakes, structural failures, terrorist attacks, etc. Any interested firms including Small Business firms capable of providing these services either as a prime or sub-contractor are requested to respond via e-mail to Christopher McCabe at christopher.a.mccabe@usace.army.mil NO LATER THAN 2:00 PM Central Daylight Time, on September 20, 2024.� Interested firms shall complete the Q&A form (see ATTACHMENT/LINKS section of this sources sought notice) and provide a capability statement that SHALL NOT exceed ten (10) pages. The Government intends to hold a virtual industry day/roundtable discussion in early October.� If you are interested, please contact Troy Robbins, Small Business Programs Deputy at troy.a.robbins@usace.army.mil. Please include the following documentation with your submission: Name of Company, Address, Main Point of Contact including email address and telephone number. Cage Code, Business Size in accordance with the subject NAICS Code, (8(a), small business, veteran owned small business; service-disabled business, HUBZone, Small Disadvantaged Business; Economically Disadvantaged Women Owned Small Business and Women Owned). Past performance experience with debris removal operations, completed Q&A form, and capability statement shall be submitted. �Past Performance shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, point of contact with VALID telephone numbers, email address and other relevant information). Offerors shall furnish this information NO MORE THAN THREE (3) contracts, on-going or completed within the last THREE (3) years, for like or similar services, held with USACE, other Government Agencies, or Private Industry. USACE is currently assessing the reorganization of its regions for optimal coverage and operational efficiency. �While the specific regional structure may be updated, offerors are encouraged to provide statements of interest based on their capabilities across multiple regions. �A map of the current USACE Debris Regions is attached in the Q&A form for reference. �Offerors should outline their capabilities and interests relative to the existing and/or anticipated regional configurations. Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. �SAM registration can be obtained online at https://sam.gov/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/512f31a7d6784dcb8d8b2779054d7507/view)
- Place of Performance
- Address: Rock Island, IL 61204, USA
- Zip Code: 61204
- Country: USA
- Zip Code: 61204
- Record
- SN07234110-F 20241006/241004230110 (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 |