SOURCES SOUGHT
P -- Hurricane Sandy Debris Recovery - Curb-Side Debris Recovery
- Notice Date
- 1/7/2013
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912DS-13-S-0004
- Response Due
- 1/9/2013
- Archive Date
- 3/8/2013
- Point of Contact
- Bjorn, 502-315-6196
- E-Mail Address
-
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR DEBRIS REMOVAL AND HAUL 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 Disadvantaged 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). The contractor shall provide all necessary equipment, labor, supervision, supplies, materials, instruments, and plant to remove eligible debris, located within the Right of Way (RoW) in Rockaway Island, New York, resulting from Hurricane Sandy and causes an immediate threat to life and safety. The contractor is expected to work in coordination and collaboration not only with USACE but also with other contractors who are performing various debris recovery missions. The work shall be in accordance with applicable federal, state, and local requirements. This task order will have an estimated period of performance of 60 days. The removal of curb-side debris is occurring in Roxbury and Breezy Point Subdivisions of Rockaway Island, Queens, New York, although the contractor may be tasked with curb-side debris recovery in any Borough identified in the Presidential Declaration, 4085 DR as an in-scope modification to the contract. USACE New York District is seeking Capability Statements from all qualified and interested Small Business Firms located in, or primarily doing business in the New York Disaster Areas; which are Ulster, Sullivan, Orange, Putnam, Rockland, Westchester, Nassau, and Suffolk Counties plus the five boroughs of Bronx, Queens, Richmond, Kings, and Manhattan. 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 appropriate 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 Ulster, Sullivan, Orange, Putnam, Rockland, Westchester, Nassau, and Suffolk Counties plus the five boroughs of Bronx, Queens, Richmond, Kings, and Manhattan. 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 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 2 to 3 months. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements as indicated in the Statement of Work to submit Capability Statements consisting of appropriate documentation, literature, brochures, and past performance references. Respondents must include references and a capabilities statement for at least two completed or current projects, for which 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 priced 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 Centers (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 short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified in the Statement 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 participations will assist USACE in tailoring requirements to be consistent with industry capabilities. All qualified businesses 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 nor will 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. Submissions 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 Bjorn Hale at bjorn.t.hale@usace.army.mil. Responses must be received no later than January 09, 2013 by 4:00p.m EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912DS-13-S-0004/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02960501-W 20130109/130107234431-7b14ac632ee47dca7e234d05879b5419 (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 |