Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOURCES SOUGHT

S -- Municipal & Industrial Solid Waste Management (Refuse)

Notice Date
5/14/2021 8:33:17 AM
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441821R(REFUSE)
 
Response Due
6/2/2021 8:00:00 AM
 
Archive Date
06/17/2021
 
Point of Contact
Jorge A. Alvarez, Phone: 8439634502, Tricia L. Esannason, Phone: 8439633327
 
E-Mail Address
jorge.alvarez.8@us.af.mil, tricia.esannason@us.af.mil
(jorge.alvarez.8@us.af.mil, tricia.esannason@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Requisition number FA441821R(REFUSE) shall be used to reference any written responses to this sources sought. Joint Base Charleston anticipates this requirement to be under the 8(a) small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 562111. The size standard for NAICS is $41.5 Million. Purpose: The purpose of this requirement is to acquire commercial contractor services that can provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform municipal solid waste (MSW) management and industrial solid waste (ISW) management at Joint Base Charleston, to include Air Base, Weapons Station, Old Charleston Naval Station, Short Stay Recreation Facility Moncks Corner, SC, and SPAWAR Facility Bldg. 4000 at Sullivan�s Island.� The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. All work performed by the contractor in this PWS shall conform to the applicable latest editions of the following specifications and standards: -���������� SCR61-107.5 -���������� FAR 52.212-4 (a)� -���������� DFARS 252.237.7023� Request: The contractor will be encouraged to use innovative approaches to efficiently and effectively accomplish PWS requirements in a timely manner at reduced cost and in a way that fosters pride and ownership in the work performed. � Attached is copy of the draft PWS and a Market Research Questionnaire.� We ask that you complete the Market Research Questionnaire and return it back to our office along with any questions or insight that you may have in regards to the PWS in order for us to better communicate the requirement to commercial sources. In additional to your package, please include your DUNS and Cage Code. Additional Information: Currently this requirement is in the Small Business Administration 8(a) program and it is anticipated to be competed as an 8(a) set-a-side. Therefore, the government is only interested in 8(a) small businesses. The government requests interested parties submit a brief description of their company's business status (i.e., 8(a) small business), anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."" As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. Responses may be submitted electronically to the following e-mail address: jorge.alvarez.8@us.af.mil RESPONSES ARE DUE NO LATER THAN 2 June 2021 at 11:00 AM Local Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b5835ebbd3b47a487bc1798b290fb93/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN06002915-F 20210516/210514230120 (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.