SOURCES SOUGHT
S -- REFUSE COLLECTION AND DISPOSAL SERVICES
- Notice Date
- 3/22/2013
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK13OM0001L
- Response Due
- 4/5/2013
- Archive Date
- 3/22/2014
- Point of Contact
- Brandi Roberts, Contract Specialist, Phone 321-867-4467, Fax 321-867-1188, Email brandi.roberts@nasa.gov
- E-Mail Address
-
Brandi Roberts
(brandi.roberts@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Refuse Collection and Disposal Services. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The Kennedy Space Center requirements include the following: Provide containers, collect, remove and dispose of all solid waste, refuse, garbage and other waste products at multiple locations on Kennedy Space Center, FL. The North American Industry Classification System (NAICS) code for this procurement is 562111, Solid Waste Collection, with a size standard of $12.5 million. Estimated award date for this contract is October 1, 2013. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 2 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). This requirement is considered a commercial item. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Brandi Roberts at brandi.roberts@nasa.gov no later than April 5, 2013. Please reference NNK13OM0001L in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK13OM0001L/listing.html)
- Record
- SN03019386-W 20130324/130322235033-9355eb4646afce80527271b25d19afc8 (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 |