Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2019 FBO #6521
SOURCES SOUGHT

S -- Rental and Service of Portable Chemical Latrines - Draft PWS

Notice Date
10/1/2019
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Gordon, 419 B St., Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
 
ZIP Code
30905-5719
 
Solicitation Number
W91249-20-T-LATRINE
 
Point of Contact
Deborah S McGugan, Phone: 7067919229, Symone Y. Collins, Phone: 7067911807
 
E-Mail Address
deborah.s.mcgugan.civ@mail.mil, symone.y.collins.civ@mail.mil
(deborah.s.mcgugan.civ@mail.mil, symone.y.collins.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft PWS for RENTAL AND SERVICE OF PORTABLE CHEMICAL LATRINES and/or HAND WASHING STATIONS This is a Sources Sought Synopsis (SSS) ONLY. The U.S. Government desires to procure Portable Latrine Services on a small business set-aside basis provided two or more qualified small businesses respond to this SSS with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns in all socioeconomic categories (i.e. Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business concerns (WOSB), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at https://www.fbo.gov. BACKGROUND: A continuing need is anticipated for Portable Latrine Services at Fort Gordon, Georgia. Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS). The contractor shall provide rental and service of portable chemically treated toilets (latrines/latrine units) for the disposal of human waste, in accordance with specifications, terms and conditions set forth in the Performance Work Statement. Rental of toilets and/or hand washing stations under this contract shall include delivery, set-up for operations, periodic service and subsequent removal from premises. Contractor shall provide all necessary transportation, labor, equipment, supplies and incidentals in the performance of this contract. The NAICS code assigned to this acquisition is 562991, Septic Tank and Related Services, with a corresponding size standard of $7,500,000. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform activities that comprise rental and service of portable chemically treated toilets and/or hand washing stations. PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside. Please provide responses to this announcement no later than 5:00 p.m. Eastern Standard Time (EST) on October 15, 2019 to facilitate planning and ensure your capability receives maximum consideration. Only electronic submissions will be accepted. Interested business concerns should provide a brief "capabilities statement" package (submissions are limited to no more than five pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability package shall be sent by email to: Symone Collins - symone.y.collins.civ@mail.mil Deborah McGugan - deborah.s.mcgugan.civ@mail.mil Your email subject line should reflect: "Firm's Name, Response to the Sources Sought Synopsis for the Rental and Service of Portable Chemical Latrines and/or Hand Washing Stations. Note: the location(s) and corresponding title description are responding to must be identified on the subject line. The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government's email system restrictions. DO NOT SEND ZIPPED files as the Government's network will remove all zipped files. In response to this sources sought, please provide: 1. A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and DUNS number. Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB. 2. What you believe are the key tasks that need to be accomplished to be successful in a Rental and Service of Portable Chemical Latrines and/or Hand Washing Stations. In essence, what key tasks should be used for determining minimum capability to provide these services. 3. Whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company's specific experience in Rental and Service of Portable Chemical Latrines and/or Hand Washing Stations and providing comparable services. Ensure the information is in sufficient detail regarding previous experience in managing Rental and Service of Portable Chemical Latrines and/or Hand Washing Stations (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided to support this requirement and any key metrics supporting similar requirements as well as any other relevant information you deem applicable. If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with in response to this particular requirement. 4. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. In accordance with Defense Acquisition Regulation System (DARS), Class Deviation 2019-00003, Limitations on Subcontracting for Small Business: "Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. Refer to the following link which provides additional information regarding limitations on subcontracting specific to small business set-aside or further socioeconomic set-asides such as 8(a), SDVOSB, WOSB, EDWOSB, or HUBZone set aside): https://www.acq.osd.mil/dpap/policy/policyvault/USA001048-19-DPC.pdf 5. Type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB). 6. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). 7. How the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41146744410bfca1ba92248444f012c8)
 
Place of Performance
Address: Various locations, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN05464799-W 20191003/191001230618-41146744410bfca1ba92248444f012c8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.