Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOURCES SOUGHT

S -- Refuse - Fort Jackson, SC

Notice Date
4/15/2011
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Fort Jackson DOC, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-08-D-0024SS8A
 
Response Due
4/25/2011
 
Archive Date
6/24/2011
 
Point of Contact
Marvinia Adams, 803-751-2593
 
E-Mail Address
Fort Jackson DOC
(marvinia.j.adams@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Sources Sought Notice (not a pre-solicitation notice pursuant to FAR Part 5) to identify sources that can provide all labor, supervision, facilities, tools, materials, equipment, containers and vehicles as required and necessary for the nonresidential collection, transportation, and disposal, of refuse and waste generated at Fort Jackson, SC. A single firm-fixed priced, indefinite-delivery/indefinite quantity (IDIQ) contract is contemplated with an ordering period of 1 Jul 11 -30 June 12 and two one-year option periods. This sources sought is to determine the capability of potential 8(a) small business sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. Certified 8(a) small businesses are encouraged to participate. Interested sources should submit responses by email to marvinia.j.adams@us.army.mil. Responses should contain the following: Company Name Address Point of Contact Phone Number Fax Number Cage Code, DUNs number, and Tax ID number Size of Business pursuant to NAICS code 562111 Proposed Statement of Work Technical Capability Per the attached DRAFT statement of objective (SOO) technical capability should include at a minimum the following: 1. Proposed Performance Work Statement The proposal shall include the development of a Performance Work Statement (PWS). The Contractor's response shall fully support their proposed (PWS). The development of a cross-reference matrix is recommended as a part of the proposal to represent a clear and succinct inter-relationship between the stated objectives and the proposed PWS. 2. Technical Proposal The technical proposal shall consist of the offeror's technical approach for satisfying the government's requirements. The technical proposal shall clearly delineate the division of performance between the prime contractor and any subcontractor(s), if applicable. The Offeror's technical approach shall include: a. Relevant Experience & Past Performance: The Offeror shall describe its relevant experience in providing services of similar scope and complexity to the requirements In addition, the offeror shall identify as references three (3) different contracts/task orders it has performed with the Federal Government, state or local government, a quasi-government organization, or a commercial organization. The references must cover performance by the Contractor and any proposed subcontractor within the last (3) three years. Information submitted to describe past performance must directly relate to the Contractor and/or subcontractor. Each reference shall contain the following information: Name of company being referenced Government Agency/Department/Commercial Firm to whom services are/were provided COTR's (or commercial equivalent) name, electronic and mail address and phone number Contracting Officer's (or commercial equivalent) name, electronic and mail address, and telephone number Contract and, if applicable, task order number Current status, e.g., completed and/or, if in progress, start and estimated completion dates Dollar value and type of contract Description of services provided and PWS paragraphs that the reference applies to b. Management/Technical Approach: The Offeror shall focus on how they plan to staff, manage and accomplish the requirements as contained in their proposed PWS. The Offeror should provide sufficient information to show that they understand the nature of the work and have a plan for providing the described services. The Offeror shall provide a proposed collection schedule. c. Personnel: The Offeror shall describe the personnel resources proposed, labor hours, classifications of laborers, and their roles/responsibilities in relation to implementation of these requirements. Wage Determination No.: 2005-2475 will be incorporated in any succeeding contract award. 3. Submittal a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. A Table of Contents should be created using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following page setup parameters: Margins - Top, Bottom, Left, Right 1" Gutter - 0" From Edge - Header, Footer 0.5" Page Size, Width - 8.5" Page Size, Height - 11" The following additional restrictions apply: Each paragraph shall be separated by at least one blank line. A standard, 12point minimum font size applies. Arial or New Times Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8point and may be landscape. b. File Packaging. All of the proposal files shall be separate uploads in their native format, i.e. doc, xls, ppt, etc. **Please note Self extracting.exe files are no longer accepted. ** c. Content Requirements. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. The following shall be included: (i)VOLUME I - TECHNICAL - (1 Original, 2 Copies Each) a.Relevant Experience & Past Performance b.Management/Technical Approach c.Personnel - Labor categories and number of labor hours shall be identified - NOT RATES. (ii)VOLUME II - STATEMENT OF WORK (1 Original, 2 Copies) (iii) VOLUME III - (1 Copy) a.A completed copy of the provision at 52.212-3 Offeror Representations and Certifications--Commercial Items (JUN 2006) IF NOT completed on the ORCA website. b.DUNS, CAGE, and TAX Identification numbers for verification. c.List your Small Business Agency Regional Office ( if applicable) d.Contact for Contract Administration - In the event your organization receives a contract as a result of this solicitation, please designate a person whom we may contact for contract administration: NAME:________________________ TITLE:________________________ ADDRESS:________________________ TELEPHONE:________________________ FACSIMILE:________________________ E-MAIL:________________________ Responses must be received no later than 4:00pm EST, 25 April 2011. Interested sources should submit responses by email to marvinia.j.adams@us.army.mil. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30eb54d74d83dbe961ea2b5ba4892d29)
 
Place of Performance
Address: Fort Jackson DOC Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02426023-W 20110417/110415234545-30eb54d74d83dbe961ea2b5ba4892d29 (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.