Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2020 SAM #6660
SOURCES SOUGHT

S -- Refuse Collection for USCG New London CT Academy

Notice Date
2/21/2020 1:55:36 PM
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
SILC BSS(00084) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08420RNLCTCGA
 
Response Due
3/4/2020 1:00:00 PM
 
Archive Date
03/19/2020
 
Point of Contact
Jessica P. Adkisson, Phone: 510-437-3026, Yvett R. Garcia, Phone: 5104376664
 
E-Mail Address
jessica.p.adkisson@uscg.mil, Yvett.R.Garcia@uscg.mil
(jessica.p.adkisson@uscg.mil, Yvett.R.Garcia@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10.� This notice is issued by the U.S. Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC) Alameda, CA to identify sources capable of providing Refuse and Recycling Collection and Disposal Services at the U.S. Coast Guard Academy New London, CT for a base plus four option years, if exercised by the Government, beginning 01 October 2021. �The annual value is between $100,000 and $500,000. � A solicitation will be issued shortly and will be synopsized on the Federal government�s website at https://beta.sam.gov.� It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. The contractor shall furnish all labor, supplies, material, equipment, tools, vehicles, transportation, supervision and other items and services necessary to perform the service requirements. The contractor shall provide containers for refuse and recyclable materials and make regular scheduled collections from each of the containers. The contractor shall report all revenues from the sale of the recyclable material in a monthly report. For the purpose of this Sources Sought, the following is a summary of the type and quantity of containers that have been utilized: 8 cubic yard (9 each); 6 cubic yard (2 each), 4 cubic yard (1 each); 30-yard cardboard compactor (1 each); and 30-yard roll-off container (1 each). Weight Requirements: For all refuse, recyclable materials, yard waste, food waste and bulk waste, the contractor shall provide WEIGHT TICKETS to support net calculations for every scheduled and unscheduled collection. Licenses/Permits: All required licenses and/or permits required for the state of Connecticut must be identified with the response to the Sources Sought along with any pertinent information, such as dumping and landfill sites, recycling centers, etc. The applicable NAICS Code is 562111 (Solid Waste Collection) with a size standard of $41.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA�s Small Business Size Regulations, https://www.sba.gov/federal-contracting/contracting-guide/size-standards Any interested firm capable of providing these services is requested to respond via e-mail to:� jessica.p.adkisson@uscg.mil no later than 1:00 p.m., 04�March 2020 with the following documentation: Name of Company and Address, Point of Contact and Phone number, business size (small, veteran-owned small business, service-disable small business, HUBZone, 8(a), Small Disadvantaged business, woman owned or large business) In addition, past performance information and a capability statement shall be submitted.� Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information).� Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry.� Competition and set-aside decisions may be based on the results of this market research. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://federalcontractorregistry.com/sam-ccr-status-check/ or by calling 1-888-227-2423. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided.� At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.� The government reserves the right to consider any arrangement as deemed appropriated for this procurement.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d0f1624a4aad4ab7b2195da115bb7f9f/view)
 
Place of Performance
Address: New London, CT, USA
Country: USA
 
Record
SN05569038-F 20200223/200221231701 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.