SOURCES SOUGHT
F -- Hazardous Waste Transportation, Treatment and Disposal Services
- Notice Date
- 2/25/2020 3:15:35 PM
- Notice Type
- Sources Sought
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204 USA
- ZIP Code
- 97204
- Solicitation Number
- PANNWD20P0000001815
- Response Due
- 3/6/2020 4:00:00 PM
- Archive Date
- 03/21/2020
- Point of Contact
- Shara L. Ihrke, Teresa F. Dailey
- E-Mail Address
-
shara.l.ihrke@usace.army.mil, teresa.f.dailey@usace.army.mil
(shara.l.ihrke@usace.army.mil, teresa.f.dailey@usace.army.mil)
- Description
- 1. General: This is a Sources Sought and is for informational/market research purposes only. This is not a request for proposal, quotation, or bid, not a synopsis of a proposed contract section under FAR subpart 5.2. The U.S. Army Corps of Engineers, Portland District has been tasked to solicit for a commercial item service procurement to provide hazardous waste transportation, treatment, and disposal services at the Bonneville, The Dalles, Willamette Valley, Rouge River, The U.S. Moorings and The John Day projects. The result of this market research will contribute to determining the method of procurement. The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of the industry, to include the small business community. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Responses to this Sources Sought announcement will be used by the Government to support acquisition strategy decisions. 2. Contract Information: The Portland District expects to solicit a firm-fixed-price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) commercial services contract for hazardous waste transportation, treatment, and disposal services at the Bonneville, The Dalles, Willamette Valley, Rouge River, The U.S. Moorings and The John Day projects. This will be a one year base period plus four option years. 3. Project Description: The purpose of this requirement is to provide hazardous waste transportation, treatment, and disposal services at the Bonneville, The Dalles, Willamette Valley, Rouge River, The U.S. Moorings and The John Day projects. The successful offeror shall own or operate one or more of the following facilities: (1) A RCRA Part A/B permitted facility capable of the proper management, treatment and/or subsequent disposal of one or more liquid hazardous waste streams described in this contract. The contractor facility shall be in compliance with 40 CFR Part 270, the EPA administered hazardous waste permit program. (2) A used oil treatment and/or recycling facility capable of the proper management, treatment, and/or subsequent disposal of all non-hazardous used oils and oil-water mixtures as described in this Standard. The contractor facility shall be in full compliance with 40 CFR Part 279, the EPA administered used-oil management rules. North American Industrial Classification Code (NAICS): 562211, Hazardous Waste Treatment and Disposal. Size Standard: $41.5M Federal Service Code: F108, Hazardous Substance Removal, Cleanup, and Disposal Services and Operational Support. 4. Submission Instructions: Interested parties may submit a response in electronic format only via email to Shara.L.Ihrke@usace.army.mil by no later than 6 March 2020 4:00pm Pacific Standard Time. Electronic file shall be in Adobe Acrobat PDF format. Emails should not exceed 10MB. The information submitted should not exceed a total of 4 (4) 8 � x 11 sized pages and font no smaller than 10 point. Respondents shall include the following as part of their Sources Sought submission: a. Company name and DUNS number b. Company point of contact including phone number and email address. c. Business size, as validated via the System for Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov to be eligible for a federal contract award. d.Provide any information on your Firm�s technical abilities/experience as they pertain to the services listed above, along with number of years of experience specific to what we are looking for. (Include past contracts with USACE, if applicable.) 5. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice or any follow-up information. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Standard company brochures will not be considered a sufficient response to this Sources Sought. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in Beta.Sam.Gov. However, responses to this notice will not be considered an adequate response to a solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f965aee6b2f44ec3ad1e5bd7e423d344/view)
- Place of Performance
- Address: OR, USA
- Country: USA
- Country: USA
- Record
- SN05572299-F 20200227/200225230142 (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 |