SOURCES SOUGHT
F -- Blanket Purchase Agreement (BPA) for MPPEH Handling and Disposition Services
- Notice Date
- 8/12/2014
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-14-T-0096
- Response Due
- 8/25/2014
- Archive Date
- 10/11/2014
- Point of Contact
- jackie.e.henderson, 410-962-2841
- E-Mail Address
-
USACE District, Baltimore
(jackie.e.henderson@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Baltimore District has been tasked to solicit for interested vendors in a position to provide MPPEH Handling and Disposition Services. The Blanket Purchase Agreement will be for a period of one (1) to five (5) years. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, and Veteran Owned. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate.. Description/Scope of Work: The U.S. Army Corps of Engineers (USACE) Military Munitions Response Program (MMRP) requires the elimination or reduction, to the extent practical, potential explosive and environmental hazards remaining on or in used military munitions and associated material. Many of the material potentially presenting and explosive hazard (MPPEH) items found on these MRS sites require removal and or disposal under the CERCLA process. MMRP Projects under the oversight of an USACE Environmental and Munitions Design Centers (EMDC) are authorized to use services for removal of MPPEH. The Service provider shall package, pick-up, and transport MPPEH as required for removal from site. Service provider must be able to provide quote mark cradle-to-grave quote mark documentation for chain of custody and final disposition of all material. Contractor shall be capable of responding within 24 hours of a service request. The following requirements pertaining to handling and transporting and final disposition of MPPEH shall be met: All personnel, vehicles and equipment shall meet all applicable Local, State, and Federal laws and regulations pertaining to the handling, transportation, and final disposition of MPPEH. Shall package, pick-up, and transport all MPPEH. Shall provide quote mark Cradle-to-Grave quote mark documentation according to DODI 4140.62. Shall be a qualified receiver as defined by DODI 4140.62. Shall not comingle MPPEH with any other material. DODI 4140.62 link: http://www.dtic.mil/whs/directives/corres/pdf/414062p.pdf Contractor must be capable of providing services in all 50 states; if not all 50 states define areas of performance capabilities for consideration. NAICS Code: 562910 Small Business Size Standard: 500 Federal Service Code: F108 Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the synopsis number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically. Vendors responses are limited to five (5) written pages (PDF or MS Word Format) and shall include the following information: 1.Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e., certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUB Zone). Large Businesses ARE permitted to respond to notice. 2.Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 3.The respondent may identify any unique characteristics or alternative solutions to the performance of work. Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00P.M. EST on 25 August 2014. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Jackie Henderson, Jackie.e.henderson@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-T-0096/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03461295-W 20140814/140813021849-8b68263b44996cd86f33fbee1b6f0e5e (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 |