Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOURCES SOUGHT

S -- Sources Sought Puerto Rico

Notice Date
6/4/2024 1:09:38 PM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP450024RPuertoRico
 
Response Due
6/25/2024 11:00:00 AM
 
Archive Date
07/10/2024
 
Point of Contact
Stephen Ngotho, Phone: 2699615465, Scott Marko, Phone: 2699615761
 
E-Mail Address
stephen.ngotho@dla.mil, Scott.Marko@dla.mil
(stephen.ngotho@dla.mil, Scott.Marko@dla.mil)
 
Description
Puerto Rico Hazardous Waste Removal and Disposal 24-BE-131 Classification Code: S222 NAICS Code: 562211 THE INTENT OF THIS SOURCES SOUGHT IS TO IDENTIFY QUALIFIED SMALL BUSINESSES, specifically 8(a), HUBZone, woman-owned, and service-disabled veteran-owned small businesses, for the requirement described below.� The intent of this Sources Sought is to identify capable small business that can perform with limitations on subcontracting.��?� Scope of Work: The scope of work will consist primarily of the removal, transportation, and disposal of Resource Conservation and Recovery Act (RCRA) hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, Polychlorinated Biphenyls (PCBs), and Per- and Polyfluoroalkyl Substances (PFAS) located on or around military installations or within a 50-mile radius of any pickup/service location listed. The government may add new pickup/service locations situated within the region at any time during the life of the contract at no additional cost to the government.� Infectious Medical Waste, Ammunition and explosives, radioactive wastes including Naturally Occurring Radioactive Material (NORM), or mixtures of such wastes with hazardous waste (HW), will not be included under this contract. FAR 52.219-14 Limitations on Subcontracting (FEB 2023) Deviation 2021-O0008 states the Offeror/Contractor agrees to not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.� Contractors may be subject to a minimum $500,000 fine if awarded a contract with this clause and don�t meet the requirement.� We have identified the majority of RCRA TSDFs (Treatment, Storage, Disposal Facilities) in the industry as large businesses.� All TSDFs used during the performance of this contract must be approved and listed on the Qualified Facilities List (https://www.dla.mil/DispositionServices/Offers/Disposal/HazardousWaste/HazWasteDisposal/).� Given that there is a lack of small business ownership of TSDFs and that disposal costs make up a large portion of the contract dollar value, there is a reasonable probability that a small business would pay more than 50% of the cost of the contract to large businesses.�?� The Government intends to solicit proposals on beta.sam.gov and award a Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract.� The contract is anticipated to have one 30-month base period, followed by one 30-month option period.� There is no solicitation available at this time, however, attached is the Performance Work Statement (PWS) that firms responding to this sources sought should use to help determine if they would be able to meet the Limitations on Subcontracting Deviation requirements. �� SUBMISSION REQUIREMENTS:� Interested firms must demonstrate their ability to perform the requested services, described above, by submitting a brief capabilities package (no more than three pages in length, single-spaced, 12-point font minimum).�This documentation shall identify, at a minimum:�� Company name, office location(s), CAGE Code, and a statement identifying small business category and current status of the small business classification;� Relevant experience within the last five years, including any contract number(s), names of individuals responsible for the referenced contracts/projects, and current telephone numbers for those individuals; if you were a subcontractor, identify the work you actually performed as the sub-contractor; and� ?� A statement identifying your firm�s ability to perform in accordance with FAR 52.219-14 ����� Limitations on Subcontracting (CLASS DEVIATION 2020-O0008), as well as an explanation of how you would be able to comply with this requirement if you are a small business of any type considering the disposal requirements within the draft price schedule that is anticipated to be included in the contract.� Large business respondents do not need to address this.�?� A listing of TSDFs your firm would use during the performance of this contract, identifying each ������TSDF as similarly situated or not as your firm. �?� The submittal package must be emailed to�Stephen.Ngotho@dla.mil�with �SOURCES SOUGHT�Puerto Rico� in the subject line.� The submittal package must be received no later than�2:00pm Eastern Standard Time (EST) on�June 25, 2024.� LATE RESPONSES WILL NOT BE ACCEPTED.��?� Upon review of industry response to this Sources Sought, the Government will determine whether a set-aside acquisition is in the Government's best interest.� If an unrestricted solicitation is issued in response to this sources sought, then the Class Deviation 2021-O0008 Limitations on Subcontracting would not apply.�� All responsible firms, including small businesses, are eligible to submit a proposal in response to an unrestricted solicitation.� ?� A response to this sources sought will not be considered an adequate response to any forthcoming solicitation announcement.� The Government WILL NOT provide a debriefing on the results of the sources sought.� No reimbursement will be made for any costs associated with providing information in response to this sources sought notice or any follow-up information requests.� All information submitted will be held in a confidential manner and will only be used for the purpose intended.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd14dfb910ee4781aa9160c6abd680ba/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07086193-F 20240606/240604230122 (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.