Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOURCES SOUGHT

S -- OPERATE REFUSE TRANSFER STATION, COLLECTION/DISPOSAL OF REFUSE AND RECYCLING, MARINE CORPS AIR STATION AND OUTLYING FIELD BOGUE, NORTH CAROLINA

Notice Date
5/6/2021 12:36:29 PM
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N40085-21-R-0117
 
Response Due
5/20/2021 2:00:00 PM
 
Archive Date
06/04/2021
 
Point of Contact
Kimberly Lacy, Phone: 2524664751, Ericka J. Bishop, Phone: 2524664750
 
E-Mail Address
kimberly.c.lacy@navy.mil, ericka.j.bishop@navy.mil
(kimberly.c.lacy@navy.mil, ericka.j.bishop@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for 8(a) small business concerns. Naval Facilities Engineering Systems Command Mid-Atlantic is specifically seeking certified 8(a) Businesses, with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement.� The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, and transportation necessary to sort and accept refuse, recycling, painted and treated wood debris at the refuse transfer station, and to include the collection of refuse and recycling from various locations from Contractor provided dumpsters.� The refuse transfer station normal working hours are Monday through Friday excluding federal holidays between the hours of 7:00 am to 3:30 pm.� The contractor shall be responsible for providing weekly work that includes disposal of all refuse delivered to the collection point except white goods (appliances), brown goods (furniture), tires and batteries.� Refuse does include miscellaneous unpainted wood and contaminated debris (metal, construction debris, etc.).� Contractor will be required to provide tractor-trailers and a frontend loader to complete the work.� The contractor must comply with Environmental Laws and Regulations.� All work shall comply with the most current laws, acts, ordinances, rules and regulations of all Federal, State, Regional and Local authorities applicable to the operation of the refuse transfer and collection/disposal of refuse.� All work shall be accomplished with adequate controls and review procedures to eliminate conflicts, errors, and omissions.� A complete list of specifications will be included in the solicitation. The Government intends to award a Recurring/Non-Recurring Services type contract with a base period of one (1) year plus four (4) twelve month option periods.� The total term of the contract, including all options, will not exceed sixty (60) months.� The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause.� In either case, the Government will not synopsize the options when exercised. The North American Industry Classification System (NAICS) Code for this procurement is 562111 and the annual size standard is $41,500,000.00.� All certified 8(a) Businesses are encouraged to respond.� The Government will not pay for any information solicited.� Respondents will not be notified of the results of this market analysis.� One of the main functions of this Sources Sought is to assist the Contracting Officer in determining whether an 8(a) Small Business concern set-aside is an acceptable strategy for this procurement. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated.� Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a certified 8(a) Business. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Notifications of interest must be submitted in writing via email; phone calls will NOT be accepted.� Interested parties should respond as soon as possible but NO LATER THAN 5:00 p.m. 20 May 2021.� Responses to this Sources Sought Notice shall be emailed to the following addresses: kimberly.c.lacy@navy.mil and ericka.j.bishop@navy.mil�������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a47be1270454e0397d6b1b57e290718/view)
 
Place of Performance
Address: Cherry Point, NC 28533, USA
Zip Code: 28533
Country: USA
 
Record
SN05994571-F 20210508/210506230120 (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.