Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
MODIFICATION

S -- Refuse Collection & Recycling(Dugway Proving Ground)

Notice Date
11/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-13-R-0900
 
Response Due
12/11/2012
 
Archive Date
1/26/2013
 
Point of Contact
Vickie Grant, 435 831-2108
 
E-Mail Address
MICC - Dugway Proving Ground
(vickie.l.grant.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission & Installation Contracting Command (MICC) Dugway Proving Ground, Utah is conducting market research to find qualified providers capable to furnish all labor, supervision, facilities, tools, materials, equipment, containers and vehicles as required and necessary for the performance of all operations incidental to the refuse/trash collection and recycling, transportation, and disposal of refuse and non hazardous waste generated at Dugway Proving Ground, Utah. All refuse collected under this contract shall be disposed of at the active landfill located at Dugway. This contract includes all functions, task and responsibilities normally inherited to a refuse collection activity. THIS IS A SOURCES SOUGHT ANNOUCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This is NOT a Request for Quotes (RFQ). This notice is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. This RFI is not a request for proposal. It is a market research tool being used to determine potential large or small, firms capable of providing the services. The Government's determination on how to compete the proposed requirement will be made based on responses to this notice and is at the sole discretion of the Contracting Officer. The Government is not obligated to and will not pay for any information from respondents as a result of this RFI. The NAICS for this requirement is 562111 with a size standard of $12.5 million. SUBMISSION REQUIREMENTS: The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests or requests for capability briefings will be honored as a result of this Sources Sought Notice. Responses to this announcement must be received no later than 4:00 p.m., Mountain standard time, Tuesday, December 11, 2012. It is requested that interested parties submit to the email address identified in the last paragraph. A brief capabilities statement package no more than 10 pages in length, single spaced, 12 point font minimum demonstrating ability to perform the services listed above. Please review carefully the requirement listed below. This documentation must address at a minimum, the following: (1)Company profile to include number of employees, annual revenue history, office location(s), DUNS number, CAGE code, business size and socioeconomic certifications. (2)Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein (3)Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified (4)Management approach to staffing this effort with qualified personnel (5)Statement regarding capability to obtain the required industrial security clearances for personnel. (6)Company's ability to perform at least 51% of the work and (7)Company's ability to begin performance upon contract award All responses must include the following information: Company name, company address, business size, and Point of Contact name, phone number, and email address. The capability statement package must be emailed to vickie.l.grant.civ@mail.mil and paul.e.frailey.civ@mail.mil as either party may be unavailable during this time. Questions or comments regarding this notice should be addressed to Paul E. Frailey, Contracting Officer at 435 831-2587. Point of Contact(s): Vickie L. Grant, 435-831-2108 Paul E. Frailey, (435) 831-2587
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dab8be312fc459d9edbc45b6053d5882)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02937194-W 20121129/121127233935-dab8be312fc459d9edbc45b6053d5882 (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.