SOURCES SOUGHT
S -- GREASE TRAP CLEANING BASE + 4 OYs
- Notice Date
- 10/4/2021 11:01:19 AM
- Notice Type
- Sources Sought
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0028
- Response Due
- 10/6/2021 8:00:00 AM
- Archive Date
- 11/05/2021
- Point of Contact
- SUSAN PASHOLK, CONTRACTING OFFICER, Phone: 414-844-4846
- E-Mail Address
-
susan.pasholk@va.gov
(susan.pasholk@va.gov)
- Awardee
- null
- Description
- The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide Grease Trap Cleaning services at the Tomah VA Medical Center, 500 E. Veterans Street, Tomah, WI 54660. Services shall include: Equipment to be covered under this contract. One (1) 2000 Gallon Grease Trap Two (2) 30 Gallon Grease Traps Two (2) 17 Gallon Grease Traps Provide six (6) service inspections per contract year, to occur in the months of December, February, April, June, August, and October. Each service inspection shall require contractor to: Remove and dispose of grease per all Federal, State and Local regulations. Clean grease traps after removal of grease is completed. Provide up to three (3) service calls per contract year to pump lift station. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, DUNS number, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. All interested, responsible sources must submit the information listed above to this office by 10:00 AM Wednesday October 6, 2021 via email to susan.pasholk@va.gov. This RFI is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The procurement will be competed under NAICS 562219. Please note that this is not a request for proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. Look for any further information in www.opportunities.gov. Telephone inquiries will not be returned. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs), small businesses or procured through full and open competition. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any small or large business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a7577bf6980e4003a8f258b28376e567/view)
- Place of Performance
- Address: TOMAH VA MEDICAL CENTER 500 E VETERANS STREET, TOMAH 54660-3102
- Zip Code: 54660-3102
- Zip Code: 54660-3102
- Record
- SN06150779-F 20211006/211005201531 (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 |