Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2021 SAM #7017
SOURCES SOUGHT

99 -- HAWAII HAZARDOUS WASTE REMOVAL & DISPOSAL

Notice Date
2/12/2021 7:00:46 AM
 
Notice Type
Sources Sought
 
Contracting Office
DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
21-PR-08
 
Response Due
3/11/2021 1:00:00 PM
 
Archive Date
03/26/2021
 
Point of Contact
Ronald Hobbs, Phone: 2699614042, Erik Rundquist, Phone: 2699614891
 
E-Mail Address
Ronald.Hobbs@dla.mil, erik.rundquist@dla.mil
(Ronald.Hobbs@dla.mil, erik.rundquist@dla.mil)
 
Description
Work will consist of the removal, transportation and disposal of RCRA hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, and Polychlorinated Biphenyls (PCBs) located on or around military installations or within a 50-mile radius of any pick up point listed on this contract in the state of Hawaii. All services necessary for the collection, storage, processing, removal, transportation, final treatment, and disposal of waste will be in accordance with all local, state, Army, Air Force, Department of Defense, Navy, and Federal laws and regulations. This waste includes, but not limited to, such waste as:� Batteries, Corrosives, Compressed gas Cylinders, and Flammable/Combustible/Ignitable waste. Special services are also required such as management services, analysis and testing, and tank cleaning.Recently, Deviation 2019-O0003 was issued by the Under Secretary of Defense. FAR 52.219-14(e), Limitations on Subcontracting, states ""By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for- (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded."" In other words, if the Contractor uses a subcontractor for any part of the awarded contract, the subcontractor must be of the same socio-economic classification (i.e., WOSB, SDVOSB, etc.) and receive 50% of the contract payments. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set- aside acquisition is in the Government's best interest. The Government intends to solicit and award a Firm-Fixed Priced IDIQ Services Contract. The North American Industry Classification Standard (NAICS) code for this project is 562211 (Hazardous Waste Treatment and Disposal). The size standard for this NAICS code is $41.5M. NAICS code compliance verification will occur if/when proposals are submitted. Proposals are not to be submitted at this time. The duration of the contract is anticipated to be for one (1) thirty (30) month base period from the date of an initial contract award and will include one (1) thirty (30) month option period. A response to this Sources Sought Notice will not be considered an adequate response to any forthcoming solicitation announcement, nor will it result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. Contractors are reminded that this is a Sources Sought Notice, NOT a solicitation for work, nor is it a request for proposals, rather it is to determine if there is potential for a contract to be set aside for small business or other small business set-aside programs. There is no solicitation available at this time. SUBMISSION REQUIREMENTS: Interested firms matching the categories referenced above must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees and office location(s), DUNS number and / or Cage Code and statement identifying small business category and current status of the small business classification. (2) Relevant Experience, within the last five years; include contract number(s), Government Agency or firm point of contact (POC), and current telephone number for the POC. In addition, identify relevant work you performed as a sub-contractor. Company sales brochures or marketing packages will not be considered. The submittal package must be received at the office no later than 4:00 p.m. EST on Monday, March 11, 2021.� Electronic submissions of the Statement of Capabilities Packages can be sent electronically to Ronald.Hobbs@dla.mil. LATE RESPONSES WILL NOT BE ACCEPTED. The Government WILL NOT provide a debriefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3dd2318bf99440599a97688c0b43ff0d/view)
 
Place of Performance
Address: JBPHH, HI 96853, USA
Zip Code: 96853
Country: USA
 
Record
SN05916470-F 20210214/210212230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.