SOURCES SOUGHT
S -- Underground Storage Tank (UST) & Wash Rack Maintenance Services - DRAFT Performance Work Statement
- Notice Date
- 2/18/2016
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Benning, Bldg 6, Meloy Hall, Room 207, Fort Benning, Georgia, 31905-5000, United States
- ZIP Code
- 31905-5000
- Solicitation Number
- W911SF16B0003
- Archive Date
- 3/15/2016
- Point of Contact
- Katie C. Washington,
- E-Mail Address
-
usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil
(usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement (PWS) THIS IS A SOURCES SOUGHT ANNOUCEMENTFOR MARKET RESEARCH ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Mission and Installation contracting Command- Fort Benning, Georgia, is issuing this synopsis 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 and small Contractors, from all socio-economic groups capable of providing the services. It is also a tool to get feedback on the requirement. Feedback is encouraged and appreciated. The Government is not obligated to, and will not pay for any information from respondents as a result of this RFI. The Mission & Installation Contracting Command (MICC) Fort Benning, Georgia is seeking interested sources capable of furnishing the following services/functions: for the Department of Public Work, (DPW) Fort Benning is responsible for Underground Storage Tank and Wash Rack Maintenance located on Fort Benning, Georgia, Camp Merrill, Dahlonega, Georgia and in Alabama. The Contractor shall furnish all labor, containers, tools, materials, equipment, transportation, and supervision to manage and perform all operations for the cleaning and maintenance of wash rack systems; (2) cleaning of vehicle maintenance facility floor drain systems; (3) collection of waste oils; (4) maintenance of above grade fuel and waste oil storage tank leak detection systems; (5) maintenance of all below grade fuel and waste oil storage tank leak detection systems; (6) maintaining the 10,000 gallon waste oil tanks at the Fort Benning Recycling Facility; (7) replace fuel storage and waste oil tank systems tested to leak; (8) contain, cleanup, and dispose of petroleum and hazardous material spills; and (9) sampling, testing, and disposal of hazardous and petroleum contaminated soils and sludge in accordance with the State of Georgia, Army, Federal Environmental Protection Regulations, and subject to the terms and conditions of any resulting contract. Interested firms and Small businesses, in all socioeconomic categories (including, 8(a) Business development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc) are highly encouraged to identify capabilities in meeting the requirements at fail market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation. Description of the Requirement to Include: 1. NAICS code for this requirement is 562910, Remediation Services, with a size standard of $20.5 million. 2. The estimated period of performance for this requirement will include a base period with (4) four one (1) one year options from the date of award. Potential sources either alone or with appropriate teaming partners must have demonstrated expertise, precision accuracy capability in all of the task areas in the attached DRAFT Performance Work Statement (PWS). As part of the capability package, firms must include the following: Interested firms responding to this synopsis who believe they possess the expertise and experience shall submit a written technical capabilities statement. Interested contractors should also address whether they can fulfill the requirements via GSA schedules. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Describe your recent and relevant contracts performed within the past three years for the same or similar services. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements. (1) Statement demonstrating knowledge and ability to perform services as specified. Capability statement must be sufficient to demonstrate performance directly related to the performance of the requirement. (2) DUNS number, Cage code, Business Size, socioeconomic status, annual revenue history and address. (3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact. (4) Statement regarding capability to obtain the required industrial security clearances for personnel. SECURITY: Access and General Protection/Security Policy and Procedures. This requirement is for Contractor employees with an area of performance within an Army-controlled installation, facility, or area. The Contractor and all associated Subcontractor employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes. NOTE: All interested parties must be currently registered in the System for Award Management (SAMS). Interested firms are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government WILL NOT review general capability statement, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis. Please submit responses to the ATTN: W911SF-16-B-0003, Underground Storage Tank (UST) & Wash Rack Maintenance Services, via email at usarmy.benning.hqda-aca.mbx.doc-offer@mail.mil by 10:00 a. m. Eastern Standard Time (EST) on 29 February 2016. Please limit your responses to no more than seven pages, using Times New Roman 11 pt font or equivalent. Further information and documents pertinent to this planned procurement will be posted to a Federal Business Opportunities (FedBizOpps.gov) website as they become available, interested parties are encouraged to visit this link regularly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/11da92412022f7d6f3c55776ca74bf04)
- Place of Performance
- Address: Fort Benning, GA, Fort Benning, Georgia, 31905, United States
- Zip Code: 31905
- Zip Code: 31905
- Record
- SN04023882-W 20160220/160218234832-11da92412022f7d6f3c55776ca74bf04 (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 |