Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
MODIFICATION

J -- Grease Trap and Sewage Plant Sludge Services at MCAS Cherry Point

Notice Date
8/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC CHERRY POINT PCS Box 8006 CGMAS Cherry Point Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
N4008510R3546
 
Response Due
8/23/2010
 
Archive Date
9/7/2010
 
Point of Contact
Jackie Meade 910-451-2582 jackie.t.meade@navy.mil
 
Small Business Set-Aside
N/A
 
Description
NOTE: THIS SOURCES SOUGHT NOTICE REPLACES THE PREVIOUSLY PUBLISHED NOTICES UNDER N40085-10-R-3546 AND N40085-10-R-3547 THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic, ROICC Cherry Point, is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, and/or Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement: The requirement is to provide the supervision, expertise, labor, materials, and equipment to accomplish the following: a.Servicing, monitoring and the pumping of grease traps and sealed vault toilets at Marine Corps Air Station (MCAS) Cherry Point, NC and the Outlying Landing Fields (OLF) Bogue Field, NC and Atlantic Field, NC. The work includes ticket work and minor repairs. b.Perform removal and disposal of sewage plant sludge at MCAS Cherry Point, NC. The work includes removal and disposal using subsurface and surface injection, application of lime and alkaline stabilizing and stabilized liquid sludge. The Government intends to award a combination Firm Fixed Price (FFP) / Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a base period and four (4), one-year option periods in support of this requirement. The North American Industry Classification System (NAICS) Code for this requirement is 561210 with a size standard of $35,500,000.00. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses and other Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Any and all qualified firms are encouraged to respond. As a part of the notification, interested parties should send an email that states: 1.They are able to meet all of the technical requirements outlined in this notice 2.The company name 3.DUNS number 4.CAGE code 5.Business classification e.g. large business, small business, 8(a) business, HUBZONE business, SDB, SDVOSB, etc. Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Notifications that do not address all the required information will not be considered. NO ADDITIONAL LITERATURE IS DESIRED! Responses to this Sources Sought Notice shall be emailed to the following address: jackie.t.meade@navy.mil. Responses must be received as soon as possible but no later than 1400, 23 August 2010. Questions regarding this Sources Sought Notice may be addressed to Jackie Meade via the above address. Telephonic submissions and questions will not be entertained!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CP/N4008510R3546/listing.html)
 
Record
SN02245381-W 20100820/100818235521-2c28e72d69cab2686d0e3474dd271ade (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.