SOURCES SOUGHT
F -- Hazardous Waste Disposal and Removal Services at Aberdeen Proving Ground (APG), Maryland
- Notice Date
- 10/14/2022 10:47:37 AM
- Notice Type
- Sources Sought
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- W6QK ACC-APG DIR ABERDEEN PROVING GROU MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W56ZTN-22-R-0006
- Response Due
- 10/21/2022 12:00:00 PM
- Point of Contact
- Lori L. Nguyen, Erin L. Hynes
- E-Mail Address
-
lori.l.nguyen.civ@army.mil, erin.l.hynes.civ@army.mil
(lori.l.nguyen.civ@army.mil, erin.l.hynes.civ@army.mil)
- Description
- The U.S. Amy Contracting Command-Aberdeen Proving Ground (ACC-APG) is issuing this Sources Sought Synopsis as a means of conducting market research to identify parties having an interest in and having the resources capable of supporting the requirement for Hazardous Waste Disposal and Removal Services at Aberdeen Proving Ground (APG), Maryland (MD). The intention is to procure these services on a competitive basis. This intent is subject to change at the Government's discretion and will be finalized prior to the issuance of the solicitation to the Government-Wide Point of Entry (GPE). BASED ON THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS/MARKET RESEARCH, THIS REQUIREMENT MAY BE SETASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. Government intends a single award indefinite delivery indefinite quality (IDIQ) contract for one (1) base year and four (4) one-year options for this required effort. All Small Business Set-Aside categories will be considered. Telephone inquiries will NOT be accepted or acknowledged, and NO feedback will be provided to companies regarding their submissions. PROGRAM BACKGROUND APG is a large quantity generator of hazardous waste. As a part of its overall mission, the United States Army Garrison Aberdeen Proving Ground (USAG APG) has the responsibility of ensuring that all hazardous waste generated as a result of support and tenant operations is managed in such a manner that meets the requirements of all Federal, State, Local, and Army regulations. The Directorate of Public Works, Environmental Division (DPW-ED), is responsible for hazardous waste management at APG. The objective of this contract is to obtain quality services for: 1.) The packaging, removal, and disposal of hazardous and certain non-hazardous waste, 2.) Emergency and non- emergency response and remediation services, and 3.) Transportation of waste from various locations to APG's permitted hazardous waste storage facility, temporary storage building- 5110 in Aberdeen area, and/or off-site Treatment-Storage-Disposal Facilities (TSDFs). Specific Performance Standards and Metrics include: Removal of all waste from APG in twenty five calendar days (except bulk waste which must be removed in three working days), error free shipping documents, adequate contractor staffing and training to perform the job per the attached DRAFT performance work statement (PWS), and timely submission of invoices and other required documentation per the attached DRAFT PWS. REQUIRED CAPABILITIES The Contractor, as an independent contractor and not as an agent of the Government, shall perform Hazardous Waste Disposal services in accordance with (IAW) the attached DRAFT PWS. 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, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate 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: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 562211 with a Small Business Size Standard of $41.5 millions of dollars. The Product Service Code is F108. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch.�The deadline for response to this request is no later than October 19, 2022, at 3:00pm EST. All responses to this Sources Sought Notice, including any capabilities statement, shall be emailed to both below. No hard copies will be acknowledged. Ms. Lori L. Nguyen at lori.l.nguyen.civ@army.mil� and� Ms. Erin L. Hynes at erin.l.hynes.civ@army.mil The documentation must address at a minimum the following items: What type of work has your company performed in the past, in support of the same or similar requirement? Can or has your company managed a task of this nature?� If so, please provide details. Can or has your company managed a team of subcontractors before?� If so, please provide details. What specific technical skills does your company possess that is essential to performing the tasks? Please note, a small business set-aside is being considered IAW FAR 52.219-14, Limitations on Subcontracting; and a small business prime must perform at least 50% of the work themselves (in terms of the cost of performance). Provide an explanation of your company�s ability to perform at least 50% of the tasks described in the PWS for the base period as well as all subsequent option periods. Provide a statement including current small/large business status and company profile to include number of employees, nature revenue history, office locations, DUNS number, Cage code, etc. Respondents to this notice also must indicate qualification as a Small Disadvantaged, Women-Owned, HUBZone, 8(a) or Service Disable Veteran-Owned Small Business Concern. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Government points of contact identified in the sources sought notice. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/644861a046a446ab9ff01b4efc5c0db4/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN06493967-F 20221016/221014230056 (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 |