SOURCES SOUGHT
W -- Portable Toilets
- Notice Date
- 6/27/2019
- Notice Type
- Synopsis
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- 1 Administration Circle, STOP 1303 - CL 575 "I" AVE SUITE 1, BLDG 65 - PM China Lake/Pt Mugu CA 93555-6108
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893619R0046
- Response Due
- 7/9/2019
- Archive Date
- 8/10/2019
- Point of Contact
- Tabitha Weaver, Contract Specialist, Phone (760) 939-8751, - Erin K Strand, Contract Specialist, Phone (760) 939-7309, Fax (760) 939-8186
- E-Mail Address
-
tabitha.weaver@navy.mil, erin.strand@navy.mil
- Small Business Set-Aside
- N/A
- Description
- (1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 562991 for Septic Tank and Related Services which has a corresponding $7.5 million threshold. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: The NAWCWD North Range and South Range requires rental and service of forty-five (45) stand-alone unisex portable toilets to be placed at locations designated by the Government on Naval Air Warfare Center Weapons Division (NAWCWD) China Lake Ranges. On average, 40 units will be in service at a time, with the additional units kept in reserve to be deployed as needed. In addition, the Contractor shall sustain nine (9) executive restroom trailers. (3) REQUIRED CAPABILITIES: The stand-alone unisex portable toilets must meet the following criteria: a. Shall not be more than 10 years' old b. Shall contain hand sanitizer c. Shall contain sanitary seat covers d. Shall contain toilet paper e. Shall be provided with weekly service f. Shall be staked to the ground when deployed due to the possibility of high winds; the stakes shall go no deeper than eighteen inches into the ground. Servicing: The unisex portable toilet units must be cleaned and restocked on a weekly basis. And any damaged or malfunctioning unisex portable toilet units must be replaced. (4) PLACE OF PERFORMANCE: NAWCWD North Range and South Range. Access to some locations is restricted and some areas may require a 4x4 vehicle. (5) CONTRACT TYPE: The Government is contemplating awarding a Firm Fixed Price (FFP) contract. (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: N/A (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-19-R-0046 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a) A reference to the solicitation number N68936-19-R-0046 and brief title of this announcement; b) Company name and address; c) Company's point of contact name, phone, fax, and e-mail; d) Declaration as to whether a U.S. or foreign company; e) Company size (Small or Large according to the identified NAICS and size standard identified); f) If your company is a small business, specify type(s); g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners; h) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above; i) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged. An opportunity for a site visit will be offered after the solicitation is issued. No The results of the sources sought may also be used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 562991 which has a corresponding $7.5 million threshold. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/0eb861abdab2a9ce762d3d874abf6a50)
- Record
- SN05354047-F 20190629/190627230019 (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 |