SOURCES SOUGHT
S -- Refuse & Recycle Services for Adelphi Laboratory Center (ALC) and Aberdeen Proving Ground (APG), Maryland
- Notice Date
- 11/21/2022 1:00:04 PM
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- W6QK ACC-APG DIR ABERDEEN PROVING GROU MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W56ZTN-23-R-0003
- Response Due
- 12/6/2022 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)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- 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 Refuse & Recycle Services at Aberdeen Proving Ground (APG) and Adelphi Laboratory Center (ALC), Maryland (MD). The intention is to procure these services on an 8(a) small business competitive basis. 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. PLACE OF PERFORMANCE: Adelphi Laboratory Center at Adelphi and APG (Edgewood and Aberdeen areas of APG and occasional off-site areas controlled by APG), Maryland. Note:� Due to the formatted system no fully information was entered into a place of performance in Classification Section of this notice. The Place of performance describing in the Classification Section must be read as�Adelphi Laboratory Center at Adelphi and APG (Edgewood and Aberdeen areas of APG and occasional off-site areas controlled by APG), Maryland. 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). Telephone inquiries will NOT be accepted or acknowledged, and NO feedback will be provided to companies regarding their submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A ""REQUEST FOR PROPOSAL (RFP)"" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT. REQUIRED CAPABILITIES This is a non-personal service contract to provide refuse, recycling, roll-off support collection and removal, and collection station management in support of Directorate of Public Works (DPW). The Government will not exercise any supervision or control over the contract service provider or contractor. The Contractor, as an independent contractor and not as an agent of the Government, shall perform services to the standards specified in the attached DRAFT performance work statement (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. SPECIAL REQUIREMENTS: � Wage Determination - Service Contract Act ELIGIBILITY The applicable NAICS code for this requirement is 562111 with a Small Business Size Standard of $41.5 millions of dollars. The Product Service Code is S205. 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 capabilities 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 December 06, 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. What specific technical skills does your company possess that is essential to performing the tasks? Provide a statement including current 8(a) small business status and company profile to include number of employees, nature revenue history, office locations, DUNS number, Cage code, etc. Please note in the PWS a list of vehicles/equipment and resources, which need to perform and complete the work in accordance with the PWS at both sides of APG and ALC, will be required in response to the solicitation. 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/4a5b1badc91d4ce7be0b9c31012c0887/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN06523672-F 20221123/221122211833 (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 |