SOURCES SOUGHT
M -- Operation & Maintenance Quinault Sewage Treatment Plant
- Notice Date
- 1/6/2012
- Notice Type
- Sources Sought
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Northwest Contracting Area, Olympic NF, 1835 Black Lake Blvd. SW, Suite A, Olympia, Washington, 98512-5623, United States
- ZIP Code
- 98512-5623
- Solicitation Number
- AG-05G2-S-12-0004
- Archive Date
- 6/1/2012
- Point of Contact
- Miley A. Sutherland, Phone: 3609562471, L. Roxanne Hershey, Phone: 360.956.2438
- E-Mail Address
-
msutherland@fs.fed.us, lrhershey@fs.fed.us
(msutherland@fs.fed.us, lrhershey@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- 1. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY TO DETERMINE THE AVAILABILITY OF POTENTIAL SOURCES. ALL RESPONSIBLE SOURCES ARE ENCOURGED TO RESPOND. NO AWARDS WILL BE MADE FROM THIS SOURCES SOUGHT. NO SOLICITATION IS AVAILABLE AT THIS TIME. THEREFORE DO NOT REQUEST A COPY OF A SOLICITATION. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR THE FUTURE ACQUISITION. 2. Olympic National Forest, Quinault, Washington is seeking sources interested in a possible contract to provide Waste Water Treatment Plant (WWTP) services. A generic description of the service is as follows: The contractor shall provide all management, tools, equipment and labor necessary to ensure the Quinault Wastewater Treatment Plant (WWTP), associated equipment, and specific systems relating to the wastewater treatment system are operated, maintained, and repaired. The Quinault Wastewater Sewage System consists of: the Wastewater Treatment Plant (WWTP); two primary influent pumping stations; four secondary influent grinder pump stations; the associated influent collection piping; and five drain fields including the distribution lines, located along South Shore Road of Lake Quinault, Washington. O&M includes: normal maintenance tasks; periodic major maintenance tasks; coordination of disposal of sludge from the plant; emergency repair and callback services on the systems listed above; and testing and monitoring including: sampling, testing, and reporting. Services will be performed, as needed, seven (7) days per week for the contract period. The base period for this service is 1 April 2012 or date of award, whichever is later, through 31 March 2013, with 4 option years. 3. All interested parties are invited to provide the following information about your company/institution, or any teaming or joint venture partners. Interested parties are requested to submit a statement of capability outlining past work relative to this requirement. The statement of capability shall include: a) Contractor Name • Address • Point of Contact (POC) • POC phone number(s) and email addresses • CAGE Code • Website, if applicable b) Description of Relevant Contract Experience (Government and Commercial) • Contract number • Description of the requirement • Dollar Value • POC for the requiring activity • POC address, e-mail, phone number(s), fax number, and the company's web page, if applicable This information shall be no more than 5 pages (one-sided, 12 pitch, Times New Roman). 4. Contractors capable of providing these services should submit a Statement of Capability containing the above referenced information via e-mail to the person(s) stated below in paragraph seven (7). Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. 5. ORGANIZATIONAL CONFLICT OF INTEREST (OCI) The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Potential Offerors will notify the Contracting Officer (CO) in writing within 5 days of the receipt of the actual RFP (RFP to be released at a later date) regarding any actual/potential OCI and provide applicable mitigation plans. 6. Responses are due no later than 1630 PT, Wednesday, 25 January 2012, and shall be electronically submitted to Contracting Officer, Mr. Miley Sutherland, msutherland@fs.fed.us. 7. Questions relative to this market research should be sent electronically to Contracting Officer, Mr. Miley Sutherland, msutherland@fs.fed.us 8. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S.D.A, FOREST SERVICE, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. 1. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY TO DETERMINE THE AVAILABILITY OF POTENTIAL SOURCES. ALL RESPONSIBLE SOURCES ARE ENCOURGED TO RESPOND. NO AWARDS WILL BE MADE FROM THIS SOURCES SOUGHT. NO SOLICITATION IS AVAILABLE AT THIS TIME. THEREFORE DO NOT REQUEST A COPY OF A SOLICITATION. ALL RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR THE FUTURE ACQUISITION. 2. Olympic National Forest, Quinault, Washington is seeking sources interested in a possible contract to provide Waste Water Treatment Plant (WWTP) services. A generic description of the service is as follows: The contractor shall provide all management, tools, equipment and labor necessary to ensure the Quinault Wastewater Treatment Plant (WWTP), associated equipment, and specific systems relating to the wastewater treatment system are operated, maintained, and repaired. The Quinault Wastewater Sewage System consists of: the Wastewater Treatment Plant (WWTP); two primary influent pumping stations; four secondary influent grinder pump stations; the associated influent collection piping; and five drain fields including the distribution lines, located along South Shore Road of Lake Quinault, Washington. O&M includes: normal maintenance tasks; periodic major maintenance tasks; coordination of disposal of sludge from the plant; emergency repair and callback services on the systems listed above; and testing and monitoring including: sampling, testing, and reporting. Services will be performed, as needed, seven (7) days per week for the contract period. The base period for this service is 1 April 2012 or date of award, whichever is later, through 31 March 2013, with 4 option years. 3. All interested parties are invited to provide the following information about your company/institution, or any teaming or joint venture partners. Interested parties are requested to submit a statement of capability outlining past work relative to this requirement. The statement of capability shall include: a) Contractor Name • Address • Point of Contact (POC) • POC phone number(s) and email addresses • CAGE Code • Website, if applicable b) Description of Relevant Contract Experience (Government and Commercial) • Contract number • Description of the requirement • Dollar Value • POC for the requiring activity • POC address, e-mail, phone number(s), fax number, and the company's web page, if applicable This information shall be no more than 5 pages (one-sided, 12 pitch, Times New Roman). 4. Contractors capable of providing these services should submit a Statement of Capability containing the above referenced information via e-mail to the person(s) stated below in paragraph seven (7). Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and future RFP. 5. ORGANIZATIONAL CONFLICT OF INTEREST (OCI) The Federal Acquisition Regulation (FAR) Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Potential Offerors will notify the Contracting Officer (CO) in writing within 5 days of the receipt of the actual RFP (RFP to be released at a later date) regarding any actual/potential OCI and provide applicable mitigation plans. 6. Responses are due no later than 1630 PT, Wednesday, 25 January 2012, and shall be electronically submitted to Contracting Officer, Mr. Miley Sutherland, msutherland@fs.fed.us. 7. Questions relative to this market research should be sent electronically to Contracting Officer, Mr. Miley Sutherland, msutherland@fs.fed.us 8. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S.D.A, FOREST SERVICE, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05G2/AG-05G2-S-12-0004/listing.html)
- Place of Performance
- Address: 353 South Shore Road, Quinault, Washington, 98575, United States
- Zip Code: 98575
- Zip Code: 98575
- Record
- SN02650147-W 20120108/120106234434-b1682a7d85c798d33855518f48dacb3e (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 |