Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2022 SAM #7631
SOURCES SOUGHT

S -- Key West Dumpster Services

Notice Date
10/20/2022 10:46:24 AM
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
0410 AQ HQ CONTRACT FORT SAM HOUSTON TX 78234-5046 USA
 
ZIP Code
78234-5046
 
Solicitation Number
W912CL-23-Q-0001
 
Response Due
10/29/2022 11:00:00 AM
 
Point of Contact
David Cecconi, Marlene Barretto
 
E-Mail Address
david.t.cecconi2.civ@army.mil, marlene.g.barretto.civ@army.mil
(david.t.cecconi2.civ@army.mil, marlene.g.barretto.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
� SOURCES SOUGHT SYNOPSIS W912CL-23-Q-0001 Joint Interagency Task Force Dumpster Services This is a Sources Sought Notice ONLY. The Regional Contracting Center � Americas, 410th Contracting Support Brigade (RCC-A, 410th CSB) is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for performing dumpster delivery and removal services for Joint Interagency Task Force (JIATF) property in Key West, FL. The intention is to procure these services on a competitive basis. The U.S. Government is seeking vendors that may be able to provide this requirement to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses to respond to this sources sought synopsis (SSS).� This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice (SSN).� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is 562111 � Solid Waste Collection Services, and the code has a size standard of $41,500,000. This industry comprises establishments primarily engaged in one or more of the following: (1) collecting and/or hauling nonhazardous solid waste (i.e., garbage) within a local area; (2) operating nonhazardous solid waste transfer stations; and (3) collecting and/or hauling mixed recyclable materials within a local area. In your opinion, does this NAICS code fit this requirement?� If not, which NAICS code would you suggest and why? A continuing need is anticipated for the service. Attached is the draft Performance Work Statement (PWS). For your information, the contract number and name of the incumbent contractor is as follows: Contract Number: W912PX-14-A-0001 Extent of Competition: Only One Offer; Sole Source Contractor Name/Info: Waste Management Inc. of Florida; UEI: D5NTF9MJ6HR4; CAGE Code: 684W7 Contract Total Firm Fixed Price: $95,000.00; base year and 4 one-year option periods and FAR 52.217-8 Clause six-month extension This requirement under consideration is being looked at as a 5-year effort, which would include 1-year base period and 4 one-year option periods. In response to this SSN, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� If, after reviewing the draft PWS, you feel that your firm can provide the support needed, please provide the name of the firm, point of contact, phone number, email address, SAM Unique Entity Identification (UEI) number, CAGE code, and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.��� 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. 9. Questions for this SSN shall be submitted on or before 1:00PM CST on, Tuesday, 25 October 2022. Government Response will be addressed in the formal solicitation. 10. Responses to this SSN shall be submitted on or before 12:00 PM CST on Friday, 28 October 2022 via email to David Cecconi., Contract Specialist at david.t.cecconi2.civ@army.mil and Marlene Barretto, Division Chief/Contracting Officer at marlene.g.barretto.civ@army.mil. The Government will not return any information submitted in response to this notice. All questions MUST be in writing. In all responses, please reference W912CL-23-Q-0001. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation currently exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in www.sam.gov. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact:��������������������������������������� David T. Cecconi� � � � � � � � � � � � � � � � � � Contract Specialist������������������������������������������������� Email: david.t.cecconi2.civ@army.mil����������������� ��������� � Secondary Point of Contact: Marlene G. Barretto Division Chief Email:� marlene.g.barretto.civ@army.mil Tertiary Point of Contact: Joseph G. Schwener, Jr. Contract Specialist Email: joseph.g.schwener.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2c22acd16d5a449c95d54b6f301a9b97/view)
 
Place of Performance
Address: Key West, FL 33040, USA
Zip Code: 33040
Country: USA
 
Record
SN06499708-F 20221022/221020230059 (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.