SOURCES SOUGHT
S -- Waste Diversion Pilot Program
- Notice Date
- 4/18/2013
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQB), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- Waste-Diversion-Pilot
- Archive Date
- 5/25/2013
- Point of Contact
- Ky Nguyen-Zubroski, Phone: 8178508479
- E-Mail Address
-
ky.nguyen@gsa.gov
(ky.nguyen@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration, Public Buildings Service, Greater Southwest Region (Region 7), is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a Pilot Program for Non-Hazardous Solid Waste Hauling Services (landfill and recycling) from the building to the appropriate landfill location(s) and recyclable commodities to the appropriate recycling facilities for 8 federally owned buildings in Oklahoma: (3) Oklahoma City, (1)Tulsa, (1) Muskogee, (1) McAlester, and (1) Lawton. This does not include facility janitorial services. Submission Instructions: Interested parties who consider themselves qualified to perform the below-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM (CDT) MAY 10, 2013. All responses under this Sources Sought Notice must be emailed to ky.nguyen@gsa.gov. In 2009, President Obama signed Executive Order (EO) 13514, which states, "...federal agencies will divert 50% of their non-hazardous solid waste by 2015. General Services Administration, Greater Southwest Region (Region 7) goal is to be in compliance with the Executive Order and implement best business practices and to save taxpayer dollars in all federally own buildings within the region. For more information on the Executive Order visit: http://www.fedcenter.gov/Documents/index.cfm?id=14106 I.Interested contractors would be expected to provide management, administration, supervision, quarterly deliverables (i.e., invoices, charts, graphs), labor and materials, possible consulting, and best practices in the field of Non Hazardous Solid Waste Diversion (landfill, recycling, and reuse of materials) in accordance with Executive Order 13514. Contractors may consult, explore, and develop an implementation plan on how to meet the requirements of Executive Order 13514 to the fullest extent at each of the 8 listed federally owned buildings by decreasing landfill waste, and optimizing landfill pick up schedules. Coordination with local recycling companies to ensure Executive Order 13514 is met is encouraged. Waste hauling and diversion actions should consist of, but not limited, to the following: (1)Administration Conduct a Solid Waste Audit to determine a baseline of recyclable items: Potential recyclables, compostables, and reusable materials include, but are not limited to: ●Off-site landscape and food composting ●Universal Waste ●Electronic Waste ●All plastic (#1-#7) ●All color glass ●All metal ●Wood ●Paper (long strip shredded, pulverized, secure shredding needs) ●Cardboard recycling ●Bound books to recycle ●Ink Cartridge ●3 ring binders ●Dry and Magic Markers and other office supply ●Carpet ●Fabric (2)Determine correct type of waste landfill/recycling container(s). (3)Determine a pick up schedule appropriate for the volume of waste from each building. (4)Develop a communication plan between potentially qualified contractor, local federal building management, OK Service Center, and GSA Region 7 Waste Diversion Coordinator. (5)Determine the most economic landfill disposal and recycling methods for the area. (6)Develop strategic implementation plan to comply with Executive Order 13514. (7)GSA's expectations are to decrease the waste stream no less than 50%. (8)Partner with local recycling companies that meet local and state waste management regulations. (9)Potential to expand to other cities and states within Region 7's footprint. The anticipated contract length is one (1) year with four (4) one-year option periods. The result of this market research will contribute to determining the method of procurement. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred associated to this request for capability information. II.If your organization has the potential capacity to perform these contract services, please provide the following information: (1)Organization name, address, contact name, email address, Web site address, telephone number, type of organization, small business type(s). Or a complete and current record of your System for Award Management Registration (SAM), if available. A SAM record is not required to respond to this Sources Sought Notice. (2) A capability statement supporting claims of organizational and staff capability to perform waste diversion and recycling related services described herein and ability to provide environmentally-responsible solutions inclusive of initiatives to conserve energy and water consumption, recycling programs, meeting or exceeding specific environmental, regulatory, or performance standards, and the utilization of green products and services. Certifications that may be required to perform these services include, but are not limited to: 1) EPA Transit 2) USDOT 3) UCR (Unified Carrier Registration) 4) HAZMAT training 5) Intrastate Motor Carrier License 6) R2 7) E-Stewards 8) EPA Handler's Permit (3)A list of Waste Diversion/Recycling/Waste Management contracts performed within the last 5 years. Include whether the services performed are in multiple-buildings, multi-story buildings, LEED certified buildings, high-security areas, office buildings, and/or Federal facilities. Also include the size of the facilities (i.e., aggregate square feet. Please include the size range [smallest sq ft - largest sq ft] of the facilities as applicable). (4) Please include any anticipated sub-contracting/teaming arrangements, to include their qualifications and/or certifications. GSA requests that potential sources only submit the minimum information necessary and no more than four (4) pages. The SAM record does not count toward the 4 page minimum. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/Waste-Diversion-Pilot/listing.html)
- Place of Performance
- Address: Various Federal facilities, Oklahoma, United States
- Record
- SN03040241-W 20130420/130418234621-621ecd5b0df7167657be92e992794dd6 (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 |