Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

99 -- Electronic Waste (E-Waste) Demanufacturing (DEMAN) Contract for DLA Disposition Service Pearl Harbor

Notice Date
1/18/2012
 
Notice Type
Sources Sought
 
NAICS
562920 — Materials Recovery Facilities
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services - Hawaii, ATTN: DRMS-PHW (Pacific), 1025 Quincy Avenue, Suite 2000, Pearl Harbor, Hawaii, 96860-4512, United States
 
ZIP Code
96860-4512
 
Solicitation Number
SP4530-12-R-TBD002
 
Archive Date
2/16/2012
 
Point of Contact
Bernadette S. del Rosario-Simmons, Phone: 8084734438, Nolan M. Horimoto, Phone: 8084731476
 
E-Mail Address
Bernadette.delRosario-Simmons@dla.mil, nolan.horimoto@dla.mil
(Bernadette.delRosario-Simmons@dla.mil, nolan.horimoto@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Announcement only and does not constitute a commitment, implied or otherwise, that the Defense Logistics Agency (DLA) Disposition Services will take procurement action in this matter. Further, DLA Disposition Services will not be responsible for any cost incurred in furnishing the information requested. This announcement is for formal market research only and should not be considered a Request for Proposal (RFP). The DLA Disposition Services J-762 Pacific Acquisition Management Office is conducting market research to determine the capabilities, qualifications and interests of businesses to provide services for the removal, transportation and DEMAN recycling/disposal of electronic scrap (eWaste) from a limited number of Department of Defense activities on the Island of Oahu, Hawaii. DEMAN shall be completed in an environmentally compliant manner that assures National Security interests are protected. The final disposition of the resultant materials to include where applicable demilitarization (DEMIL) in accordance with Department of Defense Instruction 4160.28-M (June 2011). This sources sought seeks businesses who are able to provide services that eliminate or reduce the cost of shipping to CONUS. The following are items to be demanufactured. Please identify any which you are authorized to DEMAN. The contractor will need the capability to schedule and pick-up approximately 14 shipments of property per year. The descriptions are based on US regulations and definitions. Item No. Item Description 0001 Circuit Boards 0002 Demanufacturing other than circuit boards - Computer and electrical/electronic equipment requiring demanufacturing with 100% verification - Monitors and visual electrical/electronic equipment requiring demanufacturing with 100% verification The Contractor will be responsible for providing nationally and locally compliant disposal of materials determined to be hazardous waste in accordance with U.S. EPA, State of Hawaii and any other subject governing body. The work effort may include but is not limited to: 1) Providing cradle-to-grave container tracking documentation, including a Certificate of Destruction (CD) 2) Ensuring that environmental, safety, and occupational health practices are conducted in compliance with applicable laws and regulations In order for DLA Disposition Services to properly gauge the capability of the business community, interested parties are asked to provide: •1) Statement of Capability. Please provide a general statement of the general capabilities your firm offers. •a. It should describe the specific e-waste types you can process, current and forward looking annual throughput capacities (weights and/or volumes) at each facility. •b. Provide the locations of your DEMAN facilities and the technology that each facility utilizes in the DEMAN of e-wastes. •c. Describe the method utilized for the demanufacturing and final disposition of e-waste. •d. A description of your company's ability to transport and accomplish required processing including the associated storage and processing capacity, anticipated security, accountability, demilitarization and hazardous material/waste requirements. Responses at a minimum should include the following: • i. Description of the processing facility(s) the contractor would use to process this property in enough detail to show the company's ability to store and process the quantities of material described above. For the demil facility this shall include the open floor space for spreading out and inventorying demil property. Provide a description of the amount of property your firm currently processes and the excess capacity available to handle increases in the amount of property described above. • ii. Provide the locations your company provides services to, and the transportation network used to pick-up material from off-site locations. • iii. Include a brief description of facility security systems to process demil property. • iv. Provide a description of the shredder(s) that will be used to destroy demil. If the firm may use an equivalent process using alternate equipment, describe the process and equipment that would be used to demonstrate your capability for destroying and segregating material. • v. Include a description of the shredder(s) process and whereby all circuit boards would be returned to the Government. •2) Statement of Qualifications. Please provide information to address the following: •a. Describe the permits or authorizations granting authority to treat e-wastes at your facility, including permitting authority with references, date of issue, and date of expiration. •b. Identify other permits or authorizations granting authority to dispose of treatment residues to include hazardous waste. •c. Describe any limitations and/or exemptions imposed by the terms of your permit or applicable law or regulation. •d. Provide information regarding at least two (2) currently serviced contracts, with references, for each treatment facility. •e. Provide estimates of the annual volumes of e-waste DEMANed over the past three (3) years at each facility. •3) Business Size. The corresponding NAICs code is 562920, with the set-aside aspects of any resulting procurement action(s) to be determined in part based upon responses to this sources sought announcement. Provide an indication of any/all socioeconomic designations applicable to your firms given the NAICS code above, as verifiable in your firm's Central Contractor Registration (CCR) or the Small Business Administration's Dynamic Small Business Search web-site. All business sources capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement by submitting their responses to Bernadette del Rosario-Simmons, Contract Specialist via email at bernadette.delRosario-Simmons@dla.mil by 01 February 2012, 3:00 p.m. HST. If emailing your response, please send it in PDF or MS Word format and reference Hawaii E-Waste DEMAN Sources Sought SP4530-12-R-TBD002 in the subject of your e-mail. Do not include or attach brochures in addition to your response. Responding to this request for information does not obligate a firm to respond to any resulting solicitation, nor is the US Government obligated in any way to issue a solicitation as a result of this request, regardless of the responses received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMO-Hawaii/SP4530-12-R-TBD002/listing.html)
 
Place of Performance
Address: Various Government Locations, Hawaii, United States
 
Record
SN02656002-W 20120120/120118234149-1104e9b130aa1bcb4be04f727977d031 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.