Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2007 FBO #2140
SOURCES SOUGHT

99 -- Hazardous Waste Services

Notice Date
10/4/2007
 
Notice Type
Sources Sought
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-08-R-0451
 
Response Due
10/31/2007
 
Archive Date
11/14/2007
 
Point of Contact
Majesta Hartley, Contract Specialist, Phone 202-685-3227, Fax 202-685-1788
 
E-Mail Address
majesta.hartley@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SOURCES SOUGHT NOTICE: NAVAL FACILITIES ENGINEERING COMMAND WASHINGTON (NAVFAC WASHINGTON) IS SEEKING TO IDENTIFY POTENTIAL SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESSES (SDB) CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION (SBA) UNDER PROVISIONS OF THE SECTION 8a PROGRAM, AND SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), CAPABLE OF PROVIDING HAZARDOUS WASTE MANAGEMENT SERVICES FOR THE SOUTH POTOMAC AND PAX RIVER REGION WHICH INCLUDES NAS PATUXENT RIVER, NAS WEBSTER FIELD, SOLOMONS, NSF INDIAN HEAD, AND NSF DAHLGREN. THIS IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY OF SOURCES PRIOR TO ISSUANCE OF AN RFP. THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE NAVAL FACILITIES ENGINEERING COMMAMD (NAVFAC WASHINGTON) TEAM, IMPLIED OR OTHERWISE, TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. AN AWARD WILL NOT BE MADE ON OFFERS RECEIVED IN RESPONSE TO THIS NOTICE. IF THE SOLICITATION IS ISSUED, SOURCE SELECTION PROCEDURES WILL BE USED, WHICH WILL REQUIRE OFFERORS TO SUBMIT TECHNICAL EXPERIENCE, PAST PERFORMANCE, AND PRICE FOR EVALUATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR THE COST ASSOCIATED WITH ANY EFFORT EXPENDED IN RESPONDING TO THIS NOTICE. THE NAICS CODE FOR THIS PROPOSED PROCUREMENT IS 562112 (SIZE STANDARD IS APPROXIMATELY $ 638,000 FOR THE BASE YEAR OF 9 MONTHS, $ 850,000 FOR FIRST OPTION YEAR, $900,000 FOR SECOND OPTION YEAR, $1,800,000 FOR THIRD OPTION YEAR & $1,900,000 FOR THE FOURTH OPTION YEAR). TWO AWARD-FEE OPTION YEARS IS ANTICIPATED. Desc: The successful contractor, to any forthcoming solicitation, shall perform Hazardous Waste Management services for all above mentioned facilities, which includes the collection, storage, and processing of hazardous waste for disposal through DRMO. The Service Provider shall be prepared collect hazardous waste from various collection points, properly transport, characterize, and classify the hazardous waste; generate the requisite paperwork to process the hazardous waste through DRMO, and track and maintain associated records and paperwork. The Service Provider shall manage and operate various hazardous waste storage sites and associated equipment. The Service Provider shall provide spill response services for small POL type spills. The estimated volume of hazardous waste is expected to be approximately 500,000 LBS per year. The requirements are planned for a fixed price performance based contract. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will determine the feasibility and/or basis for NAVFAC Washington?s decision to establish this requirement as a competitive regional Small Business, competitive 8a, HUB zone Small Business or Service Disabled Veteran Owned Small Business, set-aside acquisition. Interested firms who qualify in any of these categories must submit a SOC, which describes, in detail, the firm?s capability of providing regional hazardous waste management services throughout the Southern Region. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) a copy of 8a certifications (if 8a certified, provide the SBA Business Opportunity Specialist?s name and phone number assigned); HUB zone certification and SDVOSB status or Small Business Status; (5) indicate if the firm is registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database; (6) provide proof of licenses and bonding capacity; (7) information on relative past projects that best illustrate your qualifications for this contract. Of specific interest are multi-site projects (list up to 5 projects performed within the last 5 years). Include prior experience of key company personnel both as prime and all planned subcontractors showing experience in providing and managing hazardous waste collection, storage, and processing. Provide the following information for each project listed: a. contract number and project title; b. name of contracting activity; c. administrative contracting officer?s name, current phone number; d. contracting officer?s technical representative or primary point of contact name and current phone number; e. contract type (e.g. firm-fixed price, IDIQ, combination firm-fixed price/IDQ, requirements or cost plus); f. period of performance (start and completion date); g. annual award amount and final contract value; h. summary of contract work; (8) training/mobilization capability to get from award to start date; and;(9) sub-contract management ? provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint-ventures with 8a members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). The Government reserves the right to request additional information as needed from any and all respondents. The SOC must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm?s capabilities to perform the defined work. The SOC must be on 8? x 11? standard paper and is limited to 20 single-sided pages (10-12 font), including all attachments). Interested parties shall e-mail SOC responses to: Majesta.hartley@navy.mil or mail to : NAVFAC Washington, (ATTN: Majesta J. Hartley), 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-3134 . SOC?s are due no later than 2:00 pm EST on Wednesday October 31, 2007.ph: (202) 685-3227, Fax 202-685-1788.
 
Place of Performance
Address: 1314 Harwood Street SE Bldg. 212, Washington, D.C.
Zip Code: 20374-5018
Country: UNITED STATES
 
Record
SN01428880-W 20071006/071004223820 (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.