Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOURCES SOUGHT

S -- Solid Waste Management - Performance Work Statement

Notice Date
6/10/2011
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
FA2543-11-R-0016
 
Archive Date
7/16/2011
 
Point of Contact
Kristian Hollingshead, Phone: 720-847-6964, Jennifer McCord, Phone: 720-847-6747
 
E-Mail Address
kristian.hollingshead@buckley.af.mil, jennifer.mccord@buckley.af.mil
(kristian.hollingshead@buckley.af.mil, jennifer.mccord@buckley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Integrated Solid Waste Management Performance Work Statement Buckley Air Force Base, located in Aurora Colorado, is conducting a market survey with the intent of determining the interest, capabilities and qualifications of potential small businesses in performing a Refuse and Recycling Services as a PRIME contractor for a potential firm fixed-price contract for one base year plus four option years. A firm requirement has not yet been established, and a draft performance work statement is attached. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The contractor shall be required to provide all labor, materials, tools and equipment in order to perform all Refuse and Recycling Services in accordance with the performance work statement. All contractors interested in supplying these services may indicate their interest in this potential acquisition by supplying responses that should include: (1) Identification of company size status, certifications, i.e., 8(a), HUBZone, SDVOSB, small business. (2) Proof of experience and capability. (3) Answers to the questions listed below. Capability statements will not be accepted after the due date. Responses shall be limited to five (5) pages. 1. How long have you been in business? 2. How many employees do you have? 3. Is your company Central Contractor Registration (CCR) registered? If yes, what is your CAGE Code? 4. Have you ever performed government contracts? 5. Do you currently have personnel, who can perform these services, that are able to pass various USAF law enforcement and CBI background checks for access onto Buckley AFB? 6. Does your company have the vehicles and equipment to perform these services? 7. Does your company provide these services or do you subcontract the work? Which requirements would be subcontracted? 8. Do you have current (within the past 3 years) and relevant experience in all areas of this requirement? If not, please list the specifics areas that you have experience in. 9. Does your company have the capability to work in an environment without disrupting its daily operation? 10. Are you able to recycle shredded paper? This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 562111, Solid Waste Collection. The size standard for NAICS 562111 is $12,500,000.00. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. THIS SOURCES SOUGHT IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. Note that this is not a request to be placed on a solicitation mailing list nor is it a request for proposal, or an announcement of a solicitation. If you believe another NAICS is more applicable based on the PWS, please so indicate and state the justification with your reply. All interested firms should notify this office in writing by mail, e-mail, or fax of your interest in this notice. The Government will not pay for any material provided in response to this market survey nor return the data provided. All interested parties should contact, either of the following individuals by 2:30 pm MST on 1 July 2011, Contract Specialist, TSgt Kristian Hollingshead at 720-847-6964, kristian.hollingshead@buckley.af.mil or Contract Specialist Jennifer McCord at 720-847-6747, jennifer.mccord@buckley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-11-R-0016/listing.html)
 
Place of Performance
Address: Buckley AFB, Buckley AFB, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN02470082-W 20110612/110610235452-dbed84f437c365091d1fc26d707bd543 (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.