SOURCES SOUGHT
S -- Integrated Waste Management - FA558718R0008 - RFI
- Notice Date
- 1/24/2018
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Air Force, US Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270, United States
- ZIP Code
- 09461-0270
- Solicitation Number
- FA588718R0008
- Archive Date
- 2/17/2018
- Point of Contact
- Tyler Walker, Phone: 01638522085, Cris Calimlim, Phone: 01638522165
- E-Mail Address
-
tyler.walker.4@us.af.mil, maria.calimlim@us.af.mil
(tyler.walker.4@us.af.mil, maria.calimlim@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS for FA558718R0008 'Integrated Waste Management' RFI document for FA558718R0008 'Integrated Waste Management' REQUEST FOR INFORMATION RFI- FA558718R0008 48th CONTRACTING SQUADRON (USAFE) Issue Date: January 24, 2018 Response Due Date: February 2, 2018 NAICS Code: 562111 - Solid Waste Collection Subject: Request for Information (RFI) - Integrated Waste Management Services GENERAL INFORMATION Description: The 48th Contracting Squadron (48 CONS) at Royal Air Force Lakenheath, United Kingdom, seeks feedback from companies/entities capable of providing solid, liquid, and hazardous waste management (henceforth referred to as "Integrated Waste Management Services"). Background: The 48th Civil Engineering Squadron at RAF Lakenheath has identified a potential need for Integrated Waste Management Services. The Contractor would be required to provide waste management services for multiple geographically separated United States Visiting Forces bases throughout the United Kingdom (UK). The scope would also include but is not limited to: scheduled pick-up and disposal of solid, liquid, and hazardous waste; unscheduled pick-ups as needed; maintaining clean containers and collection areas; removal and handling of sewage sludge/liquid sewage; emptying and cleaning of catch pits, oil water separators, etc; cleaning down and washing of lagoon walls; disposal or transfer of arisings, supply and collection of covered skips, and provision of quarterly reports/maintenance of records. Anticipated contract performance is one (1) base year (12 months) with four one year options. The anticipated mobilization period is 60 days with full performance to commence 1 November 2018. General Information: THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. Transfer of Undertakings, Protection of Employees (TUPE) may apply to any subsequent contract action. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industry's input to determine the availability of qualified sources with the technical capability to fulfill the Integrated Waste Management Services requirement. No contract awards will be made from this notice and no solicitation is available on FBO or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party's expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this RFI. Respondents will not be notified of the responses to this notice. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All RFI responses will be used in whole or in part for determining the most effective acquisition strategy for future integrated waste management acquisitions or similar requirements. Requested information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Response Guidelines: All responses to this RFI must be provided as an attachment in an e-mail message addressed to the Points of Contact (POCs), below with the subject line "Response to RFI" no later than February 2, 2018. Only electronic responses will be accepted. Responses submitted by any other means will not be considered. Requested Information: The following is requested from interested companies; 1. Please indicate if your company is willing/able to provide Integrated Waste Management Services or if there are any reasons that prevent your company from providing a quote/proposal should a formal solicitation be issued. 2. Please provide brochures/descriptive literature including a capability statement commonly provided to the general public; if available, please provide your NCAGE/DUNS information. 3. Based upon the attached DRAFT Performance Work Statement (PWS), are there any aspects that are unclear and/or unachievable in accordance with industry standards? 4. Based upon the attached DRAFT PWS, are there any commercial practices including accreditations, insurances, certifications, or licenses that are required for performance within industry for integrated waste management services? 5. Please identify and provide cost driver information that may affect performance of integrated waste management services. Please submit a written response via scan/email-attachment on company letter head to the POCs listed below. POC: Primary POC: SSgt Tyler Walker, Contract Specialist Phone: 00 44 (0) 1638 522085 Email: tyler.walker.4@us.af.mil Secondary POC: Ms. Cris Calimlim Phone: 00 44 (0) 1638 522165 Email: maria.calimlim@us.af.mil Contracting Office Address: 48 CONS/PKB Building 977 Boston Drive RAF Lakenheath Brandon Suffolk IP27 9PN United Kingdom
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e78c18d9510a111dc5c672213435f0b9)
- Place of Performance
- Address: See Attached Performance Work Statement, United Kingdom
- Record
- SN04798722-W 20180126/180124231605-e78c18d9510a111dc5c672213435f0b9 (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 |