Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOURCES SOUGHT

F -- Removal, Transportation, and Disposal of Hazardous Waste Port Hueneme and March AFB, CA

Notice Date
7/24/2012
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
12-BE-100
 
Archive Date
8/18/2012
 
Point of Contact
Debra L. Ordiway, Phone: 2699617106
 
E-Mail Address
debra.ordiway@dla.mil
(debra.ordiway@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify qualified 8(a) small business concerns, Historically Underutilized Business Zone (HUBZONE) small business concerns, Service Disabled Veteran Owned small susiness concerns, Small Businesses, and Woman Owned small business concerns, for an Firm-Fixed Price and Indefinite Quantity Contract for RCRA Hazardous and Non- Hazardous Waste, Transportation and Disposal for the DLA Disposition Services at the Port Hueneme and March AFB, CA and surrounding locations. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a further set-aside acquisition in lieu of a small business only set-aside is in the Government's best interest. The Government intends to solicit and award a Firm-Fixed Price Indefinite Quantity Contract for Services. The NAICS Code is 562211. The duration of the contract is anticipated to be for one (1) eighteen (18) month base period from the date of an initial contract award and will include two (2) eighteen month options and a possible 6-month extension. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement. A response to this sources sought synopsis will not result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. There is no solicitation available at this time. DLA Disposition Services is seeking eligible SMALL business firms capable of Collection of RCRA Hazardous and Non-Hazardous Waste, Transportation and Disposal at Port Hueneme and March AFB, CA and surrounding locations. There are approximately 44 pickup locations. The scope of work includes all management, supervision, labor, engineering services, tools, materials, equipment, supplies, facilities, and transportation necessary to perform the required services including, but not limited to the following: Polychlorinated Biphenyl transformer and capacitor disposal and other PCB contaminated waste; Compressed Gas Cylinders containing poison, refrigerant, corrosive, flammable, and inert materials disposal; Lithium battery deactivation and disposal, lead acid battery recycling or disposal, nickel metal hydride battery recycling or disposal, alkaline, and NiCAD and Carbon Zinc Batteries recycling or disposal; mercury and possi ble high mercury disposal; other waste streams include ignitable, corrosive, reactive, toxicity characteristic, spent solvent, acutely hazardous, toxic, universal, state regulated, non-RCRA non-state regulated waste. Contractor is responsible for making all waste DoT shippable if not shippable by the customer. If not available contractor must provide scales for weighing of property and forklifts for loading any property if no Gov't loading. Contractor may be required to repacking contents of compressed gas cylinders that are not DoT shippable or provide replacements for valves that are inoperable. There are approximately 156 different CLINs which includes 81 management CLINs. There is bulk waste removal CLINs. Management services include, expedited services (performance/removals from 1 day to 10 day response times, providing storage containers, performance of various waste analysis (approx. 29 various analysis or testing requirements) in addition to testing and analysis of compressed gas cylinders, completion of waste profiles; and various tank cleaning of above or below ground tanks and oil water separators sizes from 100 gallons to 5,000 gallons. Normal performance periods are a 15-day performance period other than expedited services requested. In addition testing and analysis performance periods may vary. Requirement also provides for the contractor to provide various size of containers, provide and prepare lab packs and prepare waste profiles. Management services also includes management services for preparation of waste for removal and disposal to include but not limited to labeling, marking, weighing, overpacking and preparation of documentation. Contractor also may be required to repackage waste to make DoT shippable. Management services also requires service at paint booths to provide all labor, equipment, supplies and tools necessary to remove paint filters from paint booths, package, mark, and label and transport to storage area. Contractors must use a Transportation company that is on the DLA Disposition Services Qualified Transporters list to transport all wastes and contractors must only dispose of the property on the contract at a DLA Disposition Services Qualified Disposal Facility. In addition to the performance of management services, during the course of the current contract for these services approximately 576.7K lbs. of property are processed per year. Any prospective bidders must demonstrate their ability to process this volume of property and management services within the timeframes required. SUBMISSION REQUIREMENTS: It is requested that interested small businesses submit to the Contracting Officer a brief capabilities statement package (no more than 7 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office locations(s), DUNS number and or Cage Code and statement identifying small business category (8(a), HUBzone, Small Business, etc.), and current status of the small business classification. (2) Relevant experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor. A brief description of how the work performed referenced relates to the technical services described herein; example ability of the firm to juggle workload, various projects or contracts and to manage a number of projects, etc. at one time to be able to service the over 44 locations at any given time as would be required in an IDIQ type contract for this requirement. From day one of the contract, the contractor shall be fully prepared in terms of both personnel and equipment, to simultaneously support all drops and/or pickups, regardless of what combination(s) of the above requirements may occur. The submittal package must be received not later than 2:00 p.m. EST on Friday, August 3, 2012 Electronic submissions of the Statement of Capabilities Packages can be sent electronically to debra.ordiway@dla.mil SUBMISSIONS MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 2:00 PM EASTERN STANDARD TIME ON Friday, August 3, 2012. LATE RESPONSES WILL NOT BE ACCEPTED. The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. Point of Contact Debra L. Ordiway, Contracting Officer, Phone 269-961-7106, Fax 269-961-4474, Email debra.ordiway@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/12-BE-100/listing.html)
 
Place of Performance
Address: California, United States
 
Record
SN02813277-W 20120726/120724235734-2987ed45354997a6c966469712688a84 (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 |
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.