SOURCES SOUGHT
S -- DUMP TRANSFER STATION SITE
- Notice Date
- 6/24/2020 11:09:13 AM
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NCR REGIONAL CONTRACTING(30000) WASHINGTON DC 20242 USA
- ZIP Code
- 20242
- Solicitation Number
- 140P3020R0029
- Response Due
- 7/24/2020 12:00:00 AM
- Archive Date
- 08/08/2020
- Point of Contact
- Miller, Sherri
- E-Mail Address
-
Sherri_Miller@nps.gov
(Sherri_Miller@nps.gov)
- Awardee
- null
- Description
- This is a Sources Sought Notice This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for the use of a dump transfer station within 15 miles of the National Mall Memorial Park. The National Park Service, National Mall and Memorial Parks (NAMA) has a requirement for a contractor to provide the use of a dump transfer station site to dispose of generated trash that is picked up by NPS government personnel from various NAMA grounds. The Park will guarantee a minimum of 300 tons per year of trash. Transfer site shall not exceed a 15-mile radius from the East Potomac Park Potomac Park Maintenance Site located at 1100 Buckeye Drive, S.W. Washington, DC 20024. Days and operation shall be: Monday through Friday, 4:00a.m. - 4:00p.m.; Saturday, 4:00a.m. - 2:00p.m. The contractor shall provide weight tickets from an approved landfill facility scale and attach them with the invoices that are uploaded through IPP.gov. Invoices will be submitted the first week of the month for the previous month. Invoices will be submitted to the COR by email first for approval to be uploaded through IPP. The Contractor shall accept National Park Service, NAMA rear load trash vehicles. Vehicle Identification will be provided upon contract award. The contractor's site shall be properly certified with the State and with the Environmental Protection Agency. A copy of the certification shall be provided to the Contracting Officer with the offer. The contractor transfer site shall be open for regular hours on July 3rd and open normal starting hours of 4:00 am on July 5th to receive trucks. Contractor will provide price per ton for dumping on bid sheet for each option year. If, after reviewing this notice, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. Please provide the following business information for your company/institution and for any teaming or joint venture partners: � Company Name: � Address: � Point of Contact: � CAGE Code or Duns Code: � Phone Number: � E-mail Address: � Web Page URL: � Size of business pursuant to North American Industry Classification System (NAICS) Code 562111 $41.5m: Based on the above NAICS Code, state whether your company is: � Small Business (Yes / No) � Woman Owned Small Business (Yes / No) � Small Disadvantaged Business (Yes / No) � 8(a) Certified (Yes / No) � HUBZone Certified (Yes / No) � Veteran Owned Small Business (Yes / No) � Service Disabled Veteran Small Business (Yes / No) � Central Contractor Registration (CCR). (Yes / No) � A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Questions regarding to this market survey should be addressed to sherri_miller@nps.gov. Responses, via email only, must be received no later than July 24, 2020 5:00pm EST. Please email your capabilities to: sherri_miller@nps.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d93d72a1b3d0478d817ab837abdd20d5/view)
- Record
- SN05701922-F 20200626/200624230153 (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 |