SPECIAL NOTICE
F -- REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT � Collection, Transportation, and Disposal of Hazardous Waste, Non-Regulated Hazardous Waste, Special Wastes, Chemical Refuse and Recycling of Universal Waste items
- Notice Date
- 10/15/2024 6:39:45 AM
- Notice Type
- Special Notice
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SNB07
- Response Due
- 10/29/2024 1:00:00 PM
- Archive Date
- 11/13/2024
- Point of Contact
- Matthew Sward
- E-Mail Address
-
matthew.r.sward2.civ@us.navy.mil
(matthew.r.sward2.civ@us.navy.mil)
- Description
- N00164-25-S-NB07 - REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT � Collection, Transportation, and Disposal of Hazardous Waste, Non-Regulated Hazardous Waste, Special Wastes, Chemical Refuse and Recycling of Universal Waste items � PSC F108 � NAICS 562211 Issue Date: 15-October-2024 � Closing Date: 29-October-2024 � 1600 EDT The intent of this notice is to identify potential offerors and to measure interest from all viable sources. The Naval Surface Warfare Center, Crane Division Contracting Department, Crane, Indiana is currently seeking potential sources for a Firm Fixed/Indefinite-Delivery/Indefinite-Quantity type contract for the Collection, Transportation, and Disposal of Hazardous Waste, Non-Regulated Waste, Special Wastes, Chemical Refuse and Recycling of Universal Waste items generated at the Crane facility. All items will be picked up at the Naval Support Activity (NSA Crane), Crane, Indiana. The intention of the solicitation is to obtain all labor, supplies, materials, equipment, environmental controls, transportation, facilities, utilities, supervision and management; unless otherwise specified, in the activities of Collection, Transportation, Disposal and Management of Hazardous Waste, Non Regulated Waste, Special Wastes (excluding explosive hazardous waste), Chemical Refuse and Recycling of Universal Waste items generated, and to perform Hazardous Waste duties including, labeling, tank and pit cleaning, and incidental (emergency) related work. All work to be in accordance with all applicable federal, state, and local laws, and regulations. The anticipated term of the contract will be a five-year period of performance. The scope of work is anticipated to transport and dispose of 750 tons of material per year (3,750 tons over the life of the contract). The NAICS Code for this solicitation is 562211, Hazardous Waste Collection and the PSC Code is F108 The Small Business Size Standard is $47,000,000.00. The intent of this source sought announcement is to seek response and capabilities statements from parties that are able to perform the necessary work. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible solicitation, to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. This is a sources sought, and shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request for interested sources, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow-up information requests. The GOV intends to solicit for the services described in the attached draft Statement of Work on or around February 12, 2025. Response is strictly voluntary. It is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy, and all interested parties are strongly encouraged to respond. Submission Instructions: Responses shall be sent to Matt Sward at matthew.r.sward2.civ@us.navy.mil. Phone calls will not be accepted. Responses are due no later than 4 pm (Eastern Daylight Time), October 29, 2024, and must include the information requested below. This is strictly market research and the Government will not entertain any questions. The capability packages are not expected to be proposals, but rather statements with background information supporting the company's existing experience in relation to the attached Draft Statement of Work. All information is to be submitted at no cost or obligation to the Government. All submitted information will not be disclosed outside of the Government. Respondents will not be notified of the results of the market research evaluation. Firms shall submit a capability statement, indicating interest, on company letterhead demonstrating the firm�s qualifications to perform the defined work in the attached Statement of Work. Responses must be complete and sufficiently detailed to address the specific information. Submissions shall not be any more than 3 pages, 10-point font, in either Microsoft WORD or a PDF format. We appreciate your interest and thank you in advance for responding to the Sources Sought. The documentation shall address, at a minimum, the following: A. Company Profile Information: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Two points of contact (names, titles, phone numbers and email addresses); 5. Unique Entity Identification Number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Any future successful offeror resulting from a solicitation, must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. 6. Small Business designation/status (must correlate with SAM registration), if applicable: Small business, HUBZone, WOSB, 8(a), VOSB, SDVOSB, Small Disadvantaged Business Not a Small business under NAICS 562211 (average annual receipts greater than $47 Million) B. Capability Statement: Capability statements must clearly indicate how your firm is able to provide the services listed in the Draft SOW, and should address the following: - Ability to provide the services listed in the attached Draft Statement of Work. - Clear and comprehensive information supporting your experience and expertise, including statements regarding the knowledge and understanding of the functional and technical knowledge/experience directly related to tasks outlined in the SOW. - A statement that sufficient resources are on hand and available to begin work on the effort, or an ability to procure the required resources to begin work. - A statement of relevant experience and Past Performance similar to the defined Statement of Work within the past 3 years. - A statement of relevant Company Experience, demonstrating work experience similar in nature, scope, size, complexity, and difficulty as that described in the Statement of Work. - Any other relevant information, such as teaming, business relationships, or joint venture partners that provide a benefit in providing the services defined in the Statement of Work. A draft Statement of Work is attached for your information. This document is not in final form and is subject to change. THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d23c1bb4f61841ff99a01344c6a5e19f/view)
- Record
- SN07240034-F 20241017/241015230103 (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 |