Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2014 FBO #4551
SOURCES SOUGHT

S -- Refuse Service White Sands Missile Range NM

Notice Date
5/9/2014
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-14-R-GARB
 
Response Due
5/15/2014
 
Archive Date
7/8/2014
 
Point of Contact
Todd Kelley, 575.678.5995
 
E-Mail Address
MICC - White Sands Missile Range
(todd.g.kelley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W9124Q-14-R-GARB Mission and Installation Contracting Command - Installation Contracting Office - White Sands Missile Range (WSMR), New Mexico, is conducting market research to find 8(a) sources to provide refuse collection and off-post disposal services. WSMR is located about 30 miles northeast of Las Cruces, NM, 60 miles north of El Paso TX, or 60 miles south of Alamogordo NM. PURPOSE: The purpose of this Survey / RFI is to survey the marketplace to assess the level of interest of any 8(a) qualified providers of the required services. This is NOT an expansion of current service or construction of new service announcement. This is NOT a request for quote, invitation for bids, or request for proposals. NO solicitation document is currently available. WSMR Contracting Office is NOT seeking or accepting unsolicited proposals. This notice does NOT constitute a commitment by the Government. The Government will NOT pay for any information received or costs incurred in preparing the response to the survey. Any costs associated with the survey response submittals are solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. SCOPE OF WORK: The contractor shall provide all necessary management, supervision, personnel, materials, transportation, general and specialized tools and equipment required to accomplish the refuse collection and off-post disposal services on WSMR as specified herein and in a manner that conforms to all federal, state, and local laws and regulations. Refuse services on the main post will include approximately 200 dumpster with varying pick-up days. Up to an Additional 50 dumpsters will vary according to WSMR training requirements and troop training usage, placement can be from 0 miles to 100 miles from the main post. The Government reserves the right to inspect any and all required services under this contract; all refuse collected under this contract shall be disposed of at properly licensed facilities outside WSMR. There are no active landfills at WSMR. CONTRACTOR FURNISHED ITEMS: VEHICLES: The contractor shall provide and maintain a sufficient quantity of materials, labor, and equipment, to include collection vehicles, to provide the services required herein. CONDITION OF VEHICLES: All vehicles shall be in operable condition and meet local, state and federal safety requirements. Vehicles will be deemed unacceptable if any of the following or similar conditions exist: missing or badly damaged fenders, lights, windshields, bumpers or signal devices. Vehicles found to be unsafe or unable to function as designed shall be denied access or removed from PCMS. Vehicle repairs on post must be limited to those repairs of a minor nature, to include, flat tires, hose replacements or other minor repair that can be completed within one hour. CONTRACTOR'S EQUIPMENT: The contractor must furnish all front-loading refuse containers required by the schedule. The Contractor must place the containers in the locations specified on the schedule no later than 3 business days after award of the contract and Task Orders. All dumpsters must be leak and rodent proof, equipped with lids that must be able to with stand the prevalent high winds (30+ mph). CONTAINER RELOCATION: Dumpsters and roll-offs may need to be relocated by the Government to meet training needs. The dumpsters as needed can be repositioned anywhere within the range boundaries. TASK SPECIFICATIONS: The contractor shall perform the required refuse removal services of this contract and in accordance with the terms of this Performance Work Statement (PWS). All refuse removed from the site shall be hauled in an enclosed truck (or in such a manner to prevent the material from blowing out) to a duly licensed landfill outside of WSMR. The disposal site and transportation of the refuse shall comply with all applicable federal, state, and local regulations. HOURS OF OPERATION: WSMR normal business hours are 0630 through 1700, Monday through Friday, but may include Saturday, Sunday, and Federal Holidays (except New Years Day, Thanksgiving Day, and Christmas Day), if required for training exercises. The contractor shall provide service on these days when required. QUESTIONS: 1. What is your firm's classification NAICS Code for the required service? 2. Based on this standard, what is your business size, small or large? ______Small _______Other than Small 3. Is your firm eligible for participation in one of the following small business socio economic programs? If so, please indicate the program. quote mark 8(a) quote mark program Women-owned small business concern Economically Disadvantaged Women-Owned Small Business concern HUB Zone Small Business concern Veteran-owned small business concern Service-disabled veteran-owned small business concern 4. Is your company registered in the System for Award Management (SAM) database? Yes No______ 5. Identify any Mentor Program or teaming arrangements your firm would utilize to perform the work outlined. Please provide the details of this arrangement. 6. What is your firm's primary area of expertise? Of the items listed in the primary tasks please identify what tasks your firm has the capabilities to perform utilizing in-house personnel. 7. What is the maximum number of dumpsters you can supply at any one time. 8. List the number and type of licensed employees in your firm. 9. Cost-driving factors? 10. If you intend to bring any subcontractor (s), teaming partner (s), and /or joint venture partner (s), please provide their business size. 11. If awarded a contract, how many calendar days following an award would it take your firm to begin providing services to the institution? 12. What is your experience on refuse services? 13. What are your controls and quality processes that are utilized to ensure compliance? 14 An Indefinite Delivery Indefinite Quantity IDIQ) contract will be used. How many IDIQ contracts has your firm managed simultaneously as the prime contractor? Please specify if these delivery orders were under a single contract or multiple contracts. 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. This information will be used only for market research purposes and will not be used as a part of proposal evaluation later. All information received will be protected and safeguarded as Acquisition/Source Selection Sensitive in accordance with FAR Part 3.104, Procurement Integrity. Responses to this notice shall be e-mailed to the Contract Specialist, Todd Kelley at todd.g.kelley.civ@mail.mil. All responses must be received no later than 4:00pm Mountain Standard Time on 15 May 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c694c70d7d8da849e92ad3c8f6e555e)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03362504-W 20140511/140509234816-9c694c70d7d8da849e92ad3c8f6e555e (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.