Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOURCES SOUGHT

99 -- REFUSE COLLECTION AND DISPOSAL SERVICES

Notice Date
6/15/2007
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
NASA - White Sands Test Facility, P.O. Box 20, Las Cruces, NM 88004-0020
 
ZIP Code
88004-0020
 
Solicitation Number
NNJ07206047L
 
Response Due
7/16/2007
 
Archive Date
6/15/2008
 
Small Business Set-Aside
N/A
 
Description
NASA's Johnson Space Center (JSC) White Sands Test Facility (WSTF) is seeking capability statements from interested parties to examine the viability and options to provide refuse collection and disposal services at several Southern New Mexico locations. These locations presently include (1) NASA White Sands Test Facility (WSTF), (2) White Sands Ground Terminal (WSGT), and(3) Second TDRSS Ground Terminal (STGT). This requirement includes furnishing and maintaining at a minimum 53 refuse containers within an approximate 5-mile radius of the WSTF entrance located at 12600 NASA Road, Dona Ana County, Las Cruces New Mexico 88012. The refuse containers number approximately 48 3.5-cubic yard for primarily office, paper, and cardboard waste and approximately 5, 30-or 40-cubic yard containers for general construction waste. Refuse shall be separately collected, transported, disposed of properly in an approved landfill or recycling center. Periodic cleaning, disinfecting, and pest control of containers and weighing, reporting and tabulating of refuse weight and pick-up calls shall also be required. Offerers shall be duly licensed to perform business in New Mexico. All personnel executing the requirements of this service shall be U.S. Citizens and able to satisfy all personnel security entrance requirements for all locations. Companies are requested to provide 4 copies of their Capability Statement addressing relevant experience and past performance as it relates to this requirement to include their capability to perform the required work. Data requirements shall be the same for all companies. Information shall be for a minimum of 3 projects that are similar in scope to this requirement and have occurred within the past 5 years. Reference information shall include a brief description, dollar amount, name, address, point of contact, and current telephone number. All positive and negative comments, criticism, and ratings, as well as awards received for these projects shall be addressed. Past performance information consists of two general areas of data: (i) General Business Background and (ii) Specific Performance Information. For General Business Background the following should be addressed: name of business/division; form of legal organization and year established; principal officers and organizational chart; potential, on-going, or completed litigation; and Government findings or sanctions at any level. For Specific Performance Information provide a listing of all local, State, Federal, or commercial contracts for the same or similar nature currently ongoing, performed or completed during the last 5 years. Contract information should include the contract number, date, agency, point of contact and phone number, dollar value (both at time of award and as of last modification), contract type, location, period of performance or scheduled delivery dates, description of scope of work, current status of performance; description of actual/potential litigation, and list of key subcontractors. This is a Sources Sought synopsis. Award for this requirement is anticipated to be November 2007. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. All responses shall be submitted to Ms. Valerie Marburger no later than July 16, 2007. Please reference NNJ07206047L in any response. Any referenced notes may be viewed at the following URL's linked below. This requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. Any referenced notes may be viewed at the following URL's linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#125255)
 
Record
SN01320550-W 20070617/070615224331 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.