Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOURCES SOUGHT

S -- Refuse & Recycling Collection & Removal Services, Fort Leavenworth, KS

Notice Date
3/24/2022 3:10:21 AM
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
W6QM MICC-FT LEAVENWORTH FT LEAVENWORTH KS 66027-1391 USA
 
ZIP Code
66027-1391
 
Solicitation Number
W91QF4-22-R-0014
 
Response Due
4/14/2022 11:00:00 AM
 
Point of Contact
Larissa Brown, Phone: 9136841622, Fax: 9136841610, Adana Quanshau, Phone: 9136841633
 
E-Mail Address
larissa.a.brown2.civ@army.mil, adana.p.quanshau.civ@army.mil
(larissa.a.brown2.civ@army.mil, adana.p.quanshau.civ@army.mil)
 
Description
SOURCES SOUGHT: REFUSE & RECYCLING�COLLECTION & REMOVAL SERVICES INTRODUCTION The Mission and Installation Contracting Command, Fort Leavenworth, KS is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Refuse & Recycling Collection & Removal Services. The intention is to procure these services on a competitive basis BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE � Fort Leavenworth, KS DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The Fort Leavenworth Refuse & Recycling services have been privatized since January 2006, with the most recent completed year (FY2019) data showing refuse & recycling totals of: 1,356 tons of Municipal Solid Waste (MSW), 783 tons (roll-off container) of mixed refuse, constructions & demolition (C&D), and 360 tons of mixed recycling. FY2019 totals reflect an almost 200 tons reduction in totals (all types) from the previous year totals, suspected due to COVID-19 reduction in �on installation� manpower totals, subsequent years refuse & recycling totals may increase significantly from these reported numbers. Fort Leavenworth is located in Leavenworth County, adjacent to and North of the City of Leavenworth, in the North-East corner of the State of Kansas and consists of approximately 107 acres and 200+ serviced buildings. The population base consists of approximately 7,000 (varies throughout the year) military, Government civilian, and Contactor personnel, as well as 5,000+ resident family members, an Army college campus (CGSC), several commands, 4 civilian schools, 3 day care facilities and prison or confinement facilities. REQUIRED CAPABILITIES The Contractor shall provide Refuse and Recycling Collection and Removal services in support of the areas specified in Program Background (above). The Contractor shall compile historical data, prepare required reports, and submit all information as specified by the Deliverables presented in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 562111 Solid Waste Collection with a Small Business Size Standard of $41.5 million. The Product Service Code is S205. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 1 pm, CST, 14 April 2022. This documentation must address at a minimum the following items: 1.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 2.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 3.) What type of work has your company performed in the past in support of the same or similar requirement? 4.) Can or has your company managed a task of this nature? If so, please provide details. 5.) Can or has your company managed a team of subcontractors before? If so, provide details. 6.) What specific technical skills does your company possess which ensure capability to perform the tasks? 7.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of one (1) base period of eight (8) months and four (4) option years with performance commencing in September 2022. Specifics regarding the number of option periods will be provided in the solicitation. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Larissa Brown, in either Microsoft Word or Portable Document Format (PDF), via email larissa.a.brown2.civ@army.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ff71da7bb6245d688b8041462325ca1/view)
 
Place of Performance
Address: Fort Leavenworth, KS 66027, USA
Zip Code: 66027
Country: USA
 
Record
SN06278864-F 20220326/220324230113 (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.