Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2012 FBO #4043
SOURCES SOUGHT

S -- Hurricane Sandy Debris Removal and Haul Service--Fire Island, New York

Notice Date
12/17/2012
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DS-13-S-0002
 
Archive Date
3/31/2013
 
Point of Contact
Christina Sale, Phone: 443-280-7408
 
E-Mail Address
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SHOUCES SOUGHT NOTICE ONLY TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR DEBRIS REMOVAL AND HAULING SERVICE. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A SOLICITATION IS CURRENTLY NOT AVAILABLE. Interest in this announcement is to determine the availability and capability of Businesses located in the immediate FEMA determined disaster area. The purpose of this notice is to gain knowledge of potentially qualified Large Businesses, Small Businesses (SB), 8(a), Small Disadvantaged Business (SDB), Woman Owned Business (WO), Economically Disadvanted Woman Owned Small Business (EDWOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code. This acquisition is for Debris Removal and Haul and is procured in accordance with the Stafford Act as implemented in Subpart 26 of the Federal Acquisition Regulation (FAR). SCOPE OF WORK: ROW and private Property Debris Removal (PPDR) shall consist of the separation and removal of all eligible disaster related debris from the streets and paths on Fire Island and the adjacent private property. This debris is located in the ROW of the streets and paths and on the private property adjacent to the ROW and includes the following types: vegetative debris, construction/demolition debris (C&D) white goods (refrigerators, freezers, stoves/ovens, laundry machines), electronic waste (e-waste), sand, and small motorized equipment. Household Hazardous Waste (HHW) is not part of this scope but will be removed concurrently by the USEPA and/or their contractors. Vegetative debris shall be kept separate from C&D debris as much as possible. Debris shall be separated on-site and loadedinto haul vehicles. The contractor shall then transport the separated debris to the appropriate approved Temporary Debris Staging & Reduction Sites (may be multiple), and ultimately to the final disposal site. Contractors shall be required to comply with EM 385-1-1, Corps of Engineers Safety and Health Requirement Manual. SPECIAL NOTE: This work may require specialized equipment. Traffic will bave to be directed as required by the local conditions and officials. There are several individual municipalities, and 17 Villages and/or Hamlets, that will be covered on debris removal: Islip, Brookhaven, Ocean Beach, Saltaire, and the Hamlets. USACE New York District is seeking Capability Statements from all qualified and interested Small Business Firms located in, or primarily doing business in Suffolk County, New York. The NAICS Code for the proposed acquisition is 562111, Waste Hauling, and the small business size standard is $12,5 million. The Federal Supply Code is S299, Other Housekeeping Services. Under FAR guidelines, the prime contractor must have the capability to perform at least 50% of the contract work with their own employees. For the purposes of this procurement, a firm is considered a small business if its annual average gross revenue, taken for the last three (3) fiscal years, does not exceed $12.5 Million. Large business firms will be required to submit a detailed subcontracting plan specific to the subcontracted work (compliant with FAR 52.219-9). If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. Your responses to the information requested will assist the Government in determining the approrpriate acquisition method, including whether a set-aside is possible. The Government will use responses to this Sources Sought Synopsis for the purpose of planning to make appropriate acquisition decisions to solicit a procurement 100% set aside for Small Business firms located, or primarily doing business, in Suffolk County, New York. All interested parties that meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Proposals will be evaluated using a Best Value source selection process that will result in award of a firm fixed-price contract to the responsive responsible offeror whose proposal, conforming to the solicitation, offers the Best Value to the Government, technical, past performance, and price considered. The Government anticipates awarding period of performance estimated at 3 to 4 months. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements as indicated in the Scope of Work to submit Capability Statements consisting of appropriate documentation, literature, brochures, and past performance references. Respondents must include references and a capabilities statements for at least two completed or current projects, for shich your firm was the prime contractor (or major contractor) within the last three years of work similar in size, scope, and complexity. Each reference shall include contact names, addresses, phone numbers, fax numbers, contract numbers as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Contractors must be registered in Systems for Award Management (SAM) and Online Representations and Certifications Application (ORCA) at the time of contract award. Please see www.sam.gov for additional registration information. If contractors need assistance in registering, contractors can contact the local Procurement Technical Assistance Center (PTAC) in their area. The Technical Assistance Center can help with Procurement and registration process. http://www.dla.mil/SmallBusiness/Pages/ProcurementTechnicalAssistanceCenters.aspx#top The capabilities statement for this sources sought is not expected to be a proposal, but rather shor statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified in the Scope of Work. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist USACE in tailoring requirements to be consistent with industry capabilities. All qualified business are strongly encouraged to submit a capabilities statement. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among local Small Business Firms. Submission that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions via email will be accepted, facsimile submissions will not. Responses to this Sources Sought Synopsis shall be emailed to Christina Sale at christina.sale@usace.army.mil. Responses must be received no later than December 21, 2012 by 2:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DS-13-S-0002/listing.html)
 
Place of Performance
Address: 26 Federal Plaza, Room 1843, New York, New York, 10278, United States
Zip Code: 10278
 
Record
SN02950614-W 20121219/121217234718-25e88bccb7d00b40fae05a910ba9b373 (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.