SOURCES SOUGHT
S -- Residuals Hauling & Disposal - Draft Performance Work Statement
- Notice Date
- 12/15/2015
- 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
- W912DR-16-T-0008
- Archive Date
- 1/13/2016
- Point of Contact
- Carrie L. Mills, Phone: 4109625129
- E-Mail Address
-
carrie.mills@usace.army.mil
(carrie.mills@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft Performance Work Statement for Residuals Hauling & Disposal Solicitation SOURCES SOUGHT SYNOPSIS Residuals Hauling and Disposal U.S. Army Corps of Engineers - Baltimore District This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR QUOTES. Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Baltimore District has been tasked to solicit for an award for procuring services to haul and dispose of residuals from a potable water plant in Washington DC. This acquisition may be set aside for 8(a) Contractors and will be an indefinite delivery, indefinite quantity (IDIQ) contract with firm-fixed-price task orders for one twelve month base and four twelve month-option periods. No reimbursement will be made for any costs associated with providing information in response to this letter or any follow up information requests. NAICS Code: 562111 The purpose of this request for information/sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry. The Government must ensure there is adequate competition among the potential pool of responsible 8(a) contractors. Description/Scope of Work: All personnel on this site shall be required to follow all security and access rules and regulations (i.e., physical access and/or network access requirements) as set forth by the U.S. Government in order to gain access to the project site and or USACE offices and/or systems to perform work assignments and/or provide the residuals hauling and disposal services. • The Contractor shall be responsible for all activities from pick-up and removal of the residuals from the Washington Aqueduct Residuals Processing Facility through hauling and disposal of residuals at the Contractor selected remote disposal sites. The overall management and utilization of the residuals shall be in accordance with the accepted residuals hauling and disposal program and all applicable Federal, State and local laws and regulations. The residuals being hauled are strictly drinking water plant residuals containing no domestic wastewater plant waste. Water treatment residuals consist of residual silt that remains in solution after the water passes through the reservoir combined with coagulation chemicals (aluminum sulfate and polymer). • All residuals managed and utilized under this contract to be land applied or disposed of by other methods, shall be accomplished by the Contractor on permitted sites. It is the responsibility of the Contractor to maintain their permits and to perform work in accordance with such permits and this contract. • Please refer to attached, draft Performance Work Statement for additional details. Firm's response to this synopsis should include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Experience: Contractor must provide a capability statement, a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs. 4. Firm's business category and Business Size (Large, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Small Disadvantaged Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB). 5. If an 8(a) what is the expiration date in the program? 6. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 7. If you feel this project better fits a different NAICS or Product Service Code, please provide recommendation. 8. Is there any contract type that would be better suited for this type of requirement? 9. Is there any information missing from the DRAFT PWS that would be helpful in providing a proposal? Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 P.M. EST on Tuesday, December 29, 2015. All interested firms must be registered in SAM, and remain current for the duration of the contract to be eligible for award of Government contracts. All questions shall be submitted via e-mail to Carrie.Mills@usace.army.mil or phone to (410) 962-5129 to allow for responses prior to closing date of the synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-T-0008/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN03970521-W 20151217/151215234921-c1fa2562bd457b19c0df804cf46cbf27 (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 |