Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOURCES SOUGHT

S -- Trash/Recycling Services - Performance Work Statement

Notice Date
9/10/2015
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ0028-FY15-0026
 
Archive Date
9/30/2015
 
Point of Contact
Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
susan.m.madrid.civ@mail.mil
(susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement The Defense Media Activity (DMA), American Forces Network-Broadcast Center (AFN-BC) is seeking authorized sources to provide required containers for both trash removal/disposal and recycle service. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - West 23755 Z Street, Bldg. 2730 Riverside, CA 92518-2031 INTRODUCTION: This is a Sources Sought Synopsis to determine the availability and technical capability of firms of all sizes, to include small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The AFN-BC is seeking firms to provide required containers for both trash removal/disposal and recycle service. The objective of this contract is for removal of trash, refuse and recyclable materials accumulated on the above listed property. Trash/refuse services must meet all local, state and federal requirements for disposal; the government understands and will abide by regulations concerning Hazardous Materials, and contract separately for those services. Specifically, the Contractor will provide all bins, containers, equipment and labor necessary to service and ensure removal of trash, debris and refuse accumulated and placed in containers provided by the vendor. Additionally, a recyclable bin is needed. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HQ0028-15-P-0001 Contract Type: Firm Fixed Price Incumbent and their size: Waste Management of Alameda County, Inc. Method of previous acquisition: Sole Source Provide Brief description of the current program/effort: The scope of this contract is to provide required containers for both trash removal/disposal and recycle service. List Anticipated Time Frame: One Year: 01 Oct 2015-30 Sep 2016 List Place of Performance: AFN-BC, Riverside, CA REQUIRED CAPABILITIES: See PWS for specifics SPECIAL REQUIREMENTS: See PWS for specifics SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 562111, $38.5M Size Standard. This Sources Sought Synopsis is requesting responses to the following criteria from businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Business Size; 4) Type of Small Business; 5) Cage Code; 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 15 Sep 2015, 2:00 PM Pacific Daylight Time (PDT) to susan.m.madrid.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in the Performance Work Statement (PWS). Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/64c41207ecb5ec5aa349b58dcce55e20)
 
Place of Performance
Address: 23755 Z. Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN03880811-W 20150912/150911000740-64c41207ecb5ec5aa349b58dcce55e20 (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.