MODIFICATION
99 -- Integrated Solid Waste Management - Revised Sources Sought Draft PWS
- Notice Date
- 5/15/2012
- Notice Type
- Modification/Amendment
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-R-0026
- Archive Date
- 6/13/2012
- Point of Contact
- Trisha Buddelmeyer, Phone: 9375224639, Madonna J. Hart,
- E-Mail Address
-
Trisha.Buddelmeyer@wpafb.af.mil, madonna.hart@wpafb.af.mil
(Trisha.Buddelmeyer@wpafb.af.mil, madonna.hart@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Revised Sources Sought Draft PWS May 2012 FA8601-12-R-0026, Integrated Solid Waste Management **REVISED SOURCES SOUGHT SYNOPSIS** (Not a Notice of Solicitation)- ADDITIONAL INFORMATION BEING REQUESTED If contractor did not respond originally but is interested in providing capability package please do so. The Operational Contracting Squadron (ACS/PKOB) at Wright-Patterson Air Force Base, Ohio, anticipates a competitive acquisition to provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services to perform base-wide integrated solid waste management at Wright Patterson Air Force Base. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations, international agreements, Status of Forces Agreements (SOFA) and appropriate Final Governing Standards (FGS) or, in their absence, the Overseas Environmental Baseline Guidance Document (OEBGD). North American Industry Classification System (NAICS) code is 562111, Standard Industrial Classification (SIC) code is 9511 (size standard $12.5M). This Sources Sought Announcement is issued to determine if there are contractors capable of and interested in supplying the required services. A draft Performance Work Statement (PWS) can be found at Attachment 1 to this notice. This Sources Sought is for information and planning purposes only. The attached Performance Work Statement (PWS) is only a draft and is provided strictly for information and planning purposes. A finalized PWS will be provided if and when a synopsis is issued. This Sources Sought does not constitute a solicitation and is not to be construed as a commitment by the Government. Please review the Draft Performance Work Statement (PWS) which can be downloaded from the FedBizOps website: https://www.fbo.gov/. CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that addresses the following: 1) Workload: Based on history of the basewide contract at WPAFB, the contractor must explain in enough detail to show capability to handle at a minimum the following tonnages annually: 4,800 Tons of Trash 850 Tons of C+D 450 Tons of Compost/Yard Waste 450 Tons of Recycling 2) Equipment/Maintenance: Based on the previous history for basewide refuse on WPAFB the workload has required the following equipment to service the base needs: 2 Front Load Commercial Dump Trucks, 4 rear Load Roll-Off Dump Trucks, 2 Container Re-location Trucks, 1 Rear Load Truck, 1 rear load Lugger Truck. These numbers include a backup truck in case a truck breaks in the line of duty. Provide information in enough detail to demonstrate the ability to provide or obtain and maintain adequate equipment to meet services required in PWS. 3) Equipment/Maintenance: Provide what contractor's contingency plan would be for when trucks are in for routine maintenance. 4) Equipment/Maintenance: Provide information to demonstrate the contractor's capability to repair containers on base within the response time requirements of the PWS (24 hrs for verbal quote, 72 hours for written quote, and 7 days to perform the work). 5) Landfill: Provide the approved and licensed Landfills intended for use to dispose of the waste from WPAFB. In addition to providing the information described above, responding parties must also indicate: • Their business size status in relation to the applicable North American Industry Classification System (NAICS) code 562111, Standard Industrial Classification (SIC) code 9511 (size standard $12.5M). • Sources should identify and address if they are a large, small, 8(a), women owned, veteran owned, Hub zone, service disabled veteran owned, or otherwise classified as a small disadvantaged business in their responses. • Whether subcontractors are to be used. If so, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities packages should be brief and concise, yet clearly demonstrate ability to meet the stated requirements. Previous experience in all areas shall be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response shall not exceed 20 single-spaced, 10-point typed pages. Brochures will not be considered for the information requested. Capability Packages may be submitted electronically to the following e-mail address: Trisha.Buddelmeyer@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOB POC: Trisha Buddelmeyer, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 9am, Eastern Standard Time, 29 May 2012. Direct all questions concerning this acquisition to Trisha Buddelmeyer at: trisha.buddelmeyer@wpafb.af.mil or Madonna Hart, Contracting Officer at Madonna.Hart@wpafb.af.mil. THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICIATION AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0026/listing.html)
- Place of Performance
- Address: Wright-Patterson Air Force Base, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02748469-W 20120517/120515235933-d94a71a9e75f3aab60d463173009211e (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 |