SOURCES SOUGHT
S -- pick up and dispose of food waste from Government-owned dining facilities at Schofield Barracks, Fort Shafter, East Range Military Reservation, and Wheeler Army Airfield and on the Island of Oahu.
- Notice Date
- 1/14/2013
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- DFACFOODWASTE
- Response Due
- 1/22/2013
- Archive Date
- 3/15/2013
- Point of Contact
- Susan Shafii, (808)655-3032
- E-Mail Address
-
RCO Hawaii (PARC Pacific, 413th CSB)
(susan.shafii.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. The 413th Contracting Support Brigade at Schofield Barracks, Hawaii is seeking commercial sources to provide all labor, materials, equipment, and vehicles to pick up and dispose of food waste from Government-owned dining facilities at Schofield Barracks, Fort Shafter, East Range Military Reservation, and Wheeler Army Airfield and on the Island of Oahu. The Contractor shall perform to the standards in the contract and adhere to all local, state, and Federal regulations for disposal of food waste. It is anticipated that the contract performance period will include one basic period from 1 April 2013 to 31 March 2014, with 4 pre-priced 12 month option periods extending through 31 March 2018. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 562111 Solid Waste Collection. The size standard for NAICS 562111 is $12.5 Million. The government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor prot g relationship, etc.), and a description of same/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. Interested firms are requested to provide the aforementioned information, along with interest and capability statements, utilizing the attached Experience Questionnaire NLT 22 January 2013. This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Interested vendors should submit their capability statement in writing, limited to five pages. The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1.A statement of interest in services contained herein. 2.Contract information to include name, email address, phone number and fax number. 3.Company size, small, HUBZone, 8(a), Service Disable Veteran Owned, or Woman-Owned Business size. 4.Cage code 5.A synopsis of the contractor's capabilities and related experience, limited to five pages. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, SAM, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be emailed to Susan Shafii, 413th Contracting Support Brigade at Susan.shafii.civ@mail.mil no later than 10:00 a.m. Pacific time (HST) 22 January 2013. Submission shall include the subject line DFAC Food Waste Pickup and Removal. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/13b1d2241638f8859a55a68f445808f7)
- Place of Performance
- Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN: CCEP-PAH-P, Building 692, McCornack Rd Schofield Bks HI
- Zip Code: 96857-5000
- Zip Code: 96857-5000
- Record
- SN02964568-W 20130116/130114233820-13b1d2241638f8859a55a68f445808f7 (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 |