Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
SOURCES SOUGHT

J -- Sources Sought notice to determine the availability of Small Businesses to maintain wastewater system, chemical treatment plant and storm drain systems.

Notice Date
4/13/2010
 
Notice Type
Sources Sought
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, VENTURA COUNTY FIELD TEAM 1205 Mill Road Suite 2 Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310D9999
 
Response Due
4/28/2010
 
Archive Date
5/13/2010
 
Point of Contact
Adona Loftus 805-982-2937Rosalie Hammonds 805-982-2858
 
E-Mail Address
adona.loftus@navy.mil
(adona.loftus@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Sources Sought NoticePosted Date:April 13, 2010Classification Code:S222-Waste Treatment & Storage servicesNAICS Code:562998-All Other Miscellaneous Waste Management Services Description This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned small Business (SDVOSB), and Small Business sources that are certified by the Small Business Administration (SBA) relative to NAICS classification, 562998, All Other Miscellaneous Waste Management Services. The applicable size standard is $7.0M, average annual gross receipts for the proceeding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. The contract will be for one base year with 4 one-year renewable options, resulting in a contract performance time of maximum 5 years. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities (FedBizOpps) and Navy Electronic Commerce Online (NECO). No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Naval Base Ventura County (NBVC) is currently seeking potential sources for a Firm Fixed price contract to provide the services to operate, monitor, and maintain the wastewater collection system, chemical pre-treatment plant, and storm drain and flood control systems for NBVC located at Port Hueneme and Point Mugu in the State of California. The chemical pre-treatment plant is only in use at the Point Mugu site. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience and the capability to perform the required services. This requirement includes the ability to respond to emergencies and service calls within 30 minutes of notifications at 24/7; the expertise to prevent inflow and infiltration in the sanitary sewer collection system; the ability to perform major repair of the sanitary sewer system and components; the ability to establish and maintain a comprehensive quality management system, health and safety programs, and accident prevention plans and the ability to develop and implement comprehensive preventive maintenance programs. All workers must possess certification and be certified by California Water Environment Association (CWEA). The Navy currently has combined capacity to treat the average daily flow of one (1) million gallons per day (MGD) and the maximum permitted flow of 5.1 MGD. This solicitation will include connection of the Navy's wastewater collection systems to the main gravity trunks of the City of Port Hueneme and City of Oxnard, including all infrastructures required to transport wastewater to the City of Oxnard Waste Water Treatment Plant. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in the following format. Responses shall not be in excess of 22 pages. Two sided pages count as two sheets. 1. Up to ten (10) pages should be dedicated to past and current projects that show the firms ability to perform the services described above. There should be one project per page. At the top of each project page there should be a table with the following information: the title of the government or commercial contracts/project your firm has completed in the last five (5) years that demonstrate your firm's ability to accomplish the work listed above, the contract number, contract type (firm fixed price, etc.), total contract price as awarded, total contract price at completion, client's name, current and accurate client point of contact with phone number, project location and description of the work accomplished by your firm. If your firm was a subcontractor on the job, please identify the prime contractor, describe the work your firm was responsible for, and indicate what percentage of the work that was accomplished by your firm. 2. Up to ten (10) pages should highlight personnel and subcontractor history relevant to the project described in the sources sought. Show key employees and their experience relative to the services on jobs of similar type and size described in the sources sought. Include any relevant professional registrations for personnel such as Professional Engineering Registration in California. If subcontracting is anticipated, identify what work is to be subcontracted and include information and the relevant relationship history with the subcontractor. 3. Two (2) pages should contain general information which includes name of company, address, telephone number, fax number, at least two points of contact, e-mail addresses, business type, business size, small business socio-economic classification, and a short description of the firm's history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the 22 page count. Identify whether your firm is an SBA certified 8 (a); HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concern. You must be an approved SBA firm (including Mentor-Protg Joint Venture firms) at time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. ORIGINAL AND TWO COPIES have to be received by 2:00 P.M. Pacific Time at FEAD, Naval Base Ventura County, Attn: Adona Loftus, 1205 Mill Road, Building 850, Suite 2, Port Hueneme, CA 93043-4442 by April 28, 2010. Information can also be e-mailed to adona.loftus@navy.mil. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, FEAD, NBVC will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone or Service Disabled Veteran-Owned Small Business (SDVOSB) concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement no debrief, evaluation letters, and/or results will be issued to the participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711M/N6247310D9999/listing.html)
 
Place of Performance
Address: Naval Base Ventura County, California, Port Hueneme, CA
Zip Code: 93043
 
Record
SN02120071-W 20100415/100413234650-5e1ecf99deac37675c02ef744415010c (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.