Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2012 FBO #4012
SOURCES SOUGHT

W -- Rental and service of portable chemical latrines and portable hand washing stations on and around Fort Stewart, GA.

Notice Date
11/16/2012
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
MICC - Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-13-R-PCL-FS
 
Response Due
11/27/2012
 
Archive Date
1/15/2013
 
Point of Contact
Brandon M. Chapman, 912-767-8654
 
E-Mail Address
MICC - Fort Stewart
(brandon.m.chapman.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only for the purposes of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. There is no solicitation available at this time. Requests for a solicitation will not receive a response. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and does not serve to bind the U.S. Government in any way. It is the offeror's responsibility to monitor the Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information. The Fort Stewart Installation Contracting Office is conducting market research to determine the extent to which small businesses are capable of performing as prime contract for all labor, personnel, equipment, materials, supplies, supervision and other items and services necessary to provide the rental and service of portable chemical latrines (PCL) and hand washing stations (HWS) within the Fort Stewart, GA cantonment area and surrounding training areas. The anticipated North American Industrial Classification System (NAICS) code for this acquisition is 562991; small business size standard is $7 Million. The Government will not reimburse any concern for any information that is submitted in response to this sources sought request. Any information submitted is voluntary. Interested business concerns are invited to provide a capabilities statement demonstrating the ability to perform and provide the following: 1. Monthly rental of PCL (200 x 12 months); 2. Daily rental of PCL (250 x 30 days x 12 months); 3. Servicing of PCL twice per month (50 x 2 x 12 months); 4. Servicing of PCL one per week (75 x 4 x 12 months); 5. Servicing of PCL twice per week (75 x 8 x 12 months); 6. Servicing of PCL three times per week (250 x 12 x 12 months); 7. Servicing of PCL daily (100 x 12 x 12 months); 8. Daily rental of Handicap Accessible Portable Chemical Latrines (HA-PCL) (6 x 30 days x 12 months); 9. Servicing of HA-PCL twice per month (6 x 2 x 12 months); 10. Servicing of HA-PCL once per week (6 x 4 x 12 months); 11. Servicing of HA-PCL twice per week (6 x 8 x 12 months); 12. Servicing of HA-PCL three times per week (6 x 12 x 12 months); 13. Monthly rental of portable Hand Wash Stations (HWS) (20 x 12 months); 14. Daily rental of portable HWS (30 x 365 days); 15. Servicing of HWS once per week (10 x 4 x 12 months); 16. Servicing of HWS twice per week (10 x 8 x 12 months); 17. Servicing of HWS three times per week (10 x 12 x 12 months); 18. Possible short-notice immediate delivery orders of PCL, HA-PCL and/or HWS (6 x 12 months); 19. May be required at times to place and service latrines in areas that may only be accessible by rough terrain vehicles. Vehicles must have four-wheel drive capability and self-recovery winches; 20. At a minimum, must have 2 years of documented history of successfully operating an enterprising portable chemical latrine rental service business of similar magnitude. All responses shall indicate whether the interested business concern is small, 8(a), woman-owned, service-disabled veteran, HUB-zone or any other socio-economic group. The contractor will be expected to provide services included in the attached DRAFT Performance Work Statement (PWS). If you are interested in this requirement, please indicate your interest by sending an email (only) no later than 11:00am (1100 hours) Eastern Standard Time (EST) on 27 November 2012 to Brandon Chapman at brandon.m.chapman.mil@mail.mil. All interested offerors must be registered in System for Award Management (SAM), formerly the Central Contractor Registry (CCR) to be eligible for award of Government contracts. Responses shall not exceed four (4) pages and must include the items listed below. 1. Prospective Offeror Identification a.Company name and Commercial And Government Entity CAGE code and DUNS number b.Address c.Phone Number d.Point of Contact (POC) e.Email address f.A website address that provides additional information about the prospective business (recommended, not mandatory) g.Identify your company type as a large, small, small disadvantaged, 8a, veteran owned small business, services disabled veteran owned small business, woman-owned small business and/or HUB zone business. h.Company's North American Industry Classification System (NAICS) code. 2. Your capability statement should address the following, at a minimum: a.Provide a brief history of your business and experience. Address innovative approaches you would recommend for meeting the requirements identified in the DRAFT PWS. b.How are your current commercial/federal contracts structured? c.Furnish evidence of previous successful management and execution of other portable chemical latrine contracts to include providing delivery, pickup and servicing. d.Does your company operate as an eco-friendly location? e.Can your company handle the load identified? The information received in response to this sources sought will be used to finalize the acquisition strategy for this requirement. If it is determined that responses received from small businesses do not address all of the requirements stated above, the final acquisition may be competed on a full and open basis. Large business concerns are not prohibited from responding to this announcement, however information submitted from large businesses may not be used if an adequate number of small businesses demonstrate an ability to perform all tasks at all locations. Any questions submitted 19-23 November 2012 should be addressed to brandon.m.chapman.mil@mail.mil and james.r.frye20.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9f822f046563bffbe00b07d8ef1c813)
 
Place of Performance
Address: MICC - Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
Zip Code: 31314-3322
 
Record
SN02932278-W 20121118/121116234245-c9f822f046563bffbe00b07d8ef1c813 (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.