Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

S -- Trauma Scene Clean-Up - Performance Work Statement

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-16-T-9015
 
Point of Contact
Paola E. Caceres, Phone: 9155682247
 
E-Mail Address
paola.e.caceresvillalba.mil@mail.mil
(paola.e.caceresvillalba.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) for TRAUMA SCENE CLEAN-UP AND DECONTAMINATION SUPPORT SERVICES TRAUMA SCENE CLEAN-UP THIS IS A SOURCES SOUGHT NOTICE and REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR QUOTES. This is a market research tool (FAR Part 10) being used to determine the market capability for providing Fort Bliss Trauma/Crime Clean-Up services at Fort Bliss, TX prior to determining the method of acquisition and issuance of a Request for Quotes. Feedback is encouraged and appreciated. Mission and Installation Contracting Command (MICC), Fort Bliss is conducting market research to identify potential businesses with the capacity and technical capability necessary to successfully provide the requirement described herein. Fort Bliss is interested in obtaining information from industry that will help to support a determination of the appropriate set aside category for the acquisition strategy. Both large business concerns and all categories of small business are encouraged to respond to this request. Description of Requirement: The Contractor shall furnish all transportation, labor, materials, and equipment to provide TRAUMA SCENE CLEAN-UP, decontamination, handling, and disposal services to include surveying the incident for contamination upon arrival, proper recovery and packaging of waste, decontamination, sanitization, deodorization, and proper disposal of all waste recovered. Work to be performed may include, but not necessarily be limited to, industrial accidents, suicide, homicide, human decomposition, vehicle/automobile contamination, all situations involving potentially infectious materials and crime scene clean-up. The Government is requesting that interested businesses that feel they can fully support this requirement, furnish the following information: 1) Capability Statement to include experience with similar projects of a comparable magnitude. Capability statement should include your firm's general background, experience, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies. Examples of print quality are encouraged. 2) Company name, address, point of contact, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, System for Award Management (SAM), and Commercial and Government Entity (CAGE) code and e-mail address. 3) Please include type of business (small, small disadvantaged, woman-owned, HUBZone, serviced-disabled veteran-owned small business, large business, etc.) under North American Industry Classification System (NAICS) 562910 which contains a size standard of $20.5 Million. 4) Provide past and current contracts hold by your company, specifying if you get paid per incident, or per month, or otherwise. In addition, what type of certification your personnel has, and what time frame is your team expected to arrive to the scene for cleanup. 5) The Department of the Army (the Government) is seeking industry review and comment on a draft PWS prior to issuance of any formal solicitation. The Government may incorporate into the final version of the PWS any information or comment resulting from this request that is determined to be useful. Draft Performance Work Statement for the TRAUMA SCENE CLEAN-UP Services at Fort Bliss, TX. OBJECTIVE: The Government is soliciting industry feedback relative to a future contract effort and its draft performance work statement. The purpose of this RFI is to: a. Improve the understanding of Government requirements and industry capabilities, b. Allow potential offerors to judge whether or how they can satisfy the Government's requirements, c. Enhance the Government's ability to obtain quality services at reasonable prices, and d. Increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. SUBMITTAL INFORMATION: (1) Title of the PWS you are referencing. (2) Company name, address, DUNS number, and a statement regarding current small business status for NAICS Code 562910. (3) Provide comments on the clarity in the draft PWS's description of technical areas as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions. (4) The Government will not honor telephonic responses. Responses to this RFI shall be submitted electronically to Mrs. Paola Caceres via e-mail at paola.e.caceresvillalba@mail.mil. Please reference all e-mail correspondence with the following subject line: Company Name RFI No W911SG-16-T-9015. All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address. Submissions must be received at the email above no later than 21 Jan, 2015, 1:00 P.M. (Mountain Standard Time). Questions regarding this notice shall be addressed, via e-mail, to Mrs. Paola Caceres (Contract Specialist), at e-mail address: paola.e.caceresvillalba@mail.mil. (5) RESULTS INFORMATION: RFI responses will not be returned; neither will Respondents be notified of the Government's evaluation of the information received. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI. Please visit the FBO Website at www.fbo.gov for future contract opportunities. 6) This Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations. We are also looking for input from industry relative to how this type of service is performed in the private sector in order to maximize the incorporation of commercial standards and practices where practicable. This is a Sources Sought Notice (SSN) only. (Note: Any interested party may respond to the SSN.) This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant contract is anticipated to be Firm Fixed Price. The description of the requirement fall under the North American Industry Classification System (NAICS) code 562910, "Remediation Services." Interested firms must demonstrate in their qualification statement that they are qualified to provide the product under this NAICS code. How to submit: All companies must be registered with System for Award Management (SAM) (https://www.sam.gov) and Wide Area Workflow (WAWF). Responses to this Sources Sought shall be submitted electronically by email to Mrs. Paola Caceres, Contract Specialist, at paola.e.caceresvillalba.mil@mail.mil. Responses shall be received no later than 1:00 p.m. MST on 16 FEBRUARY 2016. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email by 10:00 a.m. MST on 12 FEBRUARY 2016. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release. This sources sought neither constitutes a Request for Quote or a Request for Proposal. This sources sought should not be construed as a commitment by the U.S. Government for any purpose. Submission of any information is response to this SSN is purely voluntary. The U.S. Government does not assume any financial responsibility for costs incurred. Proprietary information and trade secret, if any, must be clearly marked on all materials. All information received that is marked proprietary information will be handled accordingly. Please be advised that all submissions become MICC -Fort Bliss property and will not be returned nor will MICC- Fort Bliss confirm receipt of the RFI response. Contracting Office Address: Mission and Installation Contracting Command, Pershing Road, Building 111 Fort Bliss, TX 79916-6812.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bebc3a14b19221d7042197636596f7e3)
 
Place of Performance
Address: 111 Pershing Road, Fort Bliss, Texas, 79916, United States
Zip Code: 79916
 
Record
SN04001300-W 20160128/160126234511-bebc3a14b19221d7042197636596f7e3 (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.