MODIFICATION
S -- Hazardous Waste Removal & Disposal for Korea
- Notice Date
- 7/27/2018
- Notice Type
- Modification/Amendment
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4530R000X
- Archive Date
- 8/15/2018
- Point of Contact
- Nathanial Gaunt, Phone: 269-961-5431
- E-Mail Address
-
Nathanial.gaunt@dla.mil
(Nathanial.gaunt@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify qualified businesses for a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for RCRA Hazardous, State-Regulated, PCBs, CGCs and Non-Hazardous Waste Transportation and Disposal from various U.S. military locations serviced by DLA Disposition Services in Gimcheon, South Korea. This project will be performed in its entirety in the country of South Korea. Interested vendors must have all required transportation, disposal and recycling permits, registrations, and licenses to perform work in the country of South Korea. The Government intends to solicit and award a Firm-Fixed Priced IDIQ Services Contract. The NAICS Code is 562211. The duration of the contract is anticipated to be for one (1) thirty (30) month base period and one (1) thirty (30) month option period. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement. A response to this sources sought synopsis will not result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. There is no solicitation available at this time. SUBMISSION REQUIREMENTS: Interested firms matching the categories referenced above must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office location(s), DUNS number and or CAGE Code. (2) Relevant Experience within the last five years, including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor. Company sales brochures or marketing packages will not be considered. To be eligibile, interested vendor must have or obtain a CAGE code and be certified/registered by the ROK Ministry of Environment All communication and capabilities statements shall be in English. Electronic submissions of the Statement of Capabilities Packages can be sent electronically to Nathanial.gaunt@dla.mil. Response extended to 4:00 p.m. Eastern on July 31st due to error in initial response description. The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4530R000X/listing.html)
- Record
- SN05011419-W 20180729/180727231307-ff154efd1a1ef8f189181e04af2461ac (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 |