SOURCES SOUGHT
S -- Refuse Collection
- Notice Date
- 4/13/2011
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008511R0034
- Response Due
- 4/25/2011
- Archive Date
- 5/10/2011
- Point of Contact
- SL Rawls, (757) 341-1648, SL.Rawls@navy.mil
- E-Mail Address
-
SL Rawls
(SL.Rawls@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the Request for Proposal (RFP). Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of providing Regional Refuse Collection at various locations in the Hampton Roads Area, Virginia. Naval Facilities Engineering Command Mid-Atlantic is seeking certified Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, certified 8(m) Women-Owned Small Businesses, and/or Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform this proposed requirement. All certified Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, certified 8(m) Women-Owned Small Businesses, and/or Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether a Service-Disabled Veteran-Owned, HUBZone, 8(a), or 8(m) Women-Owned Small Business set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued responses to this synopsis will be used to aid in establishing small business subcontracting goals. ONLY ONE CONTRACT WILL BE AWARDED TO COVER ALL HAMPTON ROADS SITES. The successful contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide refuse collection services at various locations in Southeastern Virginia, including but not limited to: - Naval Station Norfolk, Norfolk, VA; - Naval Amphibious Base Little Creek, Norfolk, VA; - Marine Corps Camps Allen and Elmore, Norfolk, VA; - Naval Air Station Oceana and Annex; Virginia Beach, VA, -- including Dam Neck; - Norfolk Naval Shipyard (NNSY) and Annexes, Portsmouth, VA, -- including St. Helena Annex; - St. Juliens Creek Annex (SJCA), Chesapeake, VA; - Naval Weapons Station Yorktown, Yorktown, VA; - Joint Forces Staff College, Norfolk, VA; and - Other locations to be designated in the specifications. This will be a combination Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) contract. The proposed requirement would be for a base period with two, one-year option periods, which cumulatively will not exceed thirty-six (36) months. The anticipated contract award date for these services is 16 June 2012. The North American Industry Classification Standard (NAICS) code for this procurement is 562111 with a small business size standard of $6 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: - COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers, and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc.); (5) DUNS number; and (6) CAGE Code. - RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last 5 years. The following Government or commercial information shall be provided for each of your references: (1) Contract number and project title; (2) Name of contracting activity; (3) Administrative Contracting Officer's name, telephone number and email address; (4) Contracting Officer Technical Representative ™s (COTR ™s) or primary point of contact ™s telephone number and email address; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract period of performance and contract value; and (7) Brief summary of work performed and how it relates to the technical services described herein. RESPONSES ARE DUE NO LATER THAN 4:00 PM EASTERN STANDARD TIME ON MONDAY, 25 APRIL 2011. LATE RESPONSES WILL NOT BE ACCEPTED. ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. The package shall be sent by mail or hand carried to: Commander Naval Facilities Engineering Command Mid-Atlantic Hampton Roads IPT, Acquisitions Office 9742 Maryland Avenue Bldg. Z-140, Room 117 Norfolk, VA 23511-3015 Attn: SL Rawls. Questions or comments regarding this notice may be addressed in writing to SL Rawls via email at SL.Rawls@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R0034/listing.html)
- Place of Performance
- Address: Hampton Roads Area, Norfolk, VA
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02424212-W 20110415/110413234912-664d378ddd3036a79ab83e151bcf8326 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |