SOURCES SOUGHT
99 -- THE U.S. ARMY CORPS ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING SMALL BUSINESS SOURCES FOR THE ADVANCE CONTRACTING INITIATIVE (ACI) - DEBRIS MANAGEMENT
- Notice Date
- 12/2/2014
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-15-SS-0002
- Response Due
- 12/16/2014
- Archive Date
- 1/31/2015
- Point of Contact
- Elaine Gray-Frasure, 504-862-1395
- E-Mail Address
-
USACE District, New Orleans
(elaine.s.gray-frasure@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is for Sources Sought only. This is not a Request for Proposal or Invitation for Bid. Solicitation, specifications, and drawings are not available. The tracking number for this announcement is W912P8-15-SS-0002. The NAICS code for this proposed acquisition is 562119, Other Waste Collection. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized to o15-SSbtain debris management services in ten (10) states within the Continental United States. The Federal Emergency Management Agency (FEMA) is authorized to respond to disasters under public law 93-288, Robert T. Stafford Act. The National Response Plan (NRP) identifies lead and supporting agencies, roles and responsibilities for responding to incidents of National Significance. The NRP identifies joint leadership roles between the Department of Defense (DoD) and FEMA for executing the Emergency Support Function (ESF) #3, Public Works and Engineering. FEMA issues mission assignments to DoD who in-turn delegates ESF #3 mission execution to the U.S. Army Corps of Engineers. This announcement is searching for Total Small Businesses to serve as our ACI contractors for debris removal, reduction, and disposal in support of ESF #3. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified Total Small Businesses located in the following States: Kansas, Missouri, Nebraska, Colorado, Montana, South Dakota, Wyoming, Idaho, Oregon and Washington. These States come under USACE's Northwestern Division's (NWD) Area of Responsibility (AOR). The ACI Debris Management contractors shall provide equipment, operators, and laborers for debris removal operations which includes, but is not limited to, segregation, removal, hauling, disposal, and structural demolition on public, commercial, or private property as specified by the Government. Debris is defined as materials originating from the effects of any natural or man-made catastrophe or major disaster. Materials included are both man-made and natural origins, and may include hazardous/toxic/radiological wastes (HTRW). Examples of man-made materials include lumber, concrete, asphalt, metals, and plastics. Examples of natural origin materials include clay, sand, gravel, rock, grass, and trees. All interested companies meeting our stated small business criteria and residing in the identified States are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone and email address 2) Identification of the company as a Small Business with proper certification (NAICS Code 562119 business size standard is not to exceed $11, 500,000). 3) Past experience with debris removal operations. 4) Letter from bonding agency indicating your performance and payment bond capacity. (5) List of existing teaming agreements in place with other businesses. IMPORTANT: Responses must be limited to no more than 10 pages. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither 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. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Timothy.Black@mvn02.usace.army.mil, Attn: Timothy Black. Responses must be received no later than 4:30pm Central, Wednesday, December 16, 2014. NOTE: All potential sources must obtain a DUNS number and register in System for Award Management (SAM) at www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-15-SS-0002/listing.html)
- Place of Performance
- Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Zip Code: 70160-0267
- Record
- SN03584943-W 20141204/141202234619-06f65281c297aae1ac48ba0fe5c8b92c (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 |