SOURCES SOUGHT
S -- Waste Disposal
- Notice Date
- 5/16/2023 6:59:07 AM
- Notice Type
- Sources Sought
- NAICS
- 56211
—
- Contracting Office
- NATIONAL ACQUISITIONS - CO WASHINGTON DC 20534 USA
- ZIP Code
- 20534
- Solicitation Number
- BPQ15B70023PR000321
- Response Due
- 5/23/2023 1:00:00 PM
- Point of Contact
- Kasie Redman- Contract Specialist
- E-Mail Address
-
k2redman@bop.gov
(k2redman@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice. This Notice is issued for Market Research purposes only. This is NOT a solicitation or a request to submit qualification documents. A synopsis of proposed contract action may be posted at a later date. The synopsis will provide instructions for offers. Please only respond to this Notice if you are interested in submitting a proposal and are capable of completing the work required to complete the project. The Federal Bureau of Prisons (BOP) anticipates award of a Firm-Fixed Price contract for trash, recycling and debris removal services for the HOLC Building located at 320 First Street, NW, Washington, DC 20534.�Debris includes but is not limited to plaster, wall board, stone, ceramic, tile, old fluorescent tubes and wood, including scrap lumber, wooden boxes, skids etc., which may include nails, screws or other metallic objects. Compactor The contractor shall provide one self-contained compactor.� The compactor shall be approximately 242 inches in length, 93 inches in width, and 68 inches in height. The compactor shall be a 26 yard cubic capacity container with a compacting ration of three (3): The compactor unit shall be capable of delivering normal operating release pressure meeting manufacturers� specifications and NSWMA standards. Self-contained compactor shall be equipped with the following: Separate Power Unit Doghouse and access interlock within Multi-cycle timer with Ram stop forward Advance warning or full container lights A working hydraulic pressure gauge capable of reaching 2000 psi. Compactor container shall be of octagonal design Charge box loading capacity shall be a minimum of 1.5 cubic yards (manufacturer rating) or 1.12 cubic yards (NSWMA Rating) OPEN TOP CONTAINER FOR TRASH\DEBRIS REMOVAL SERVICE A 30-yard open-top Container will be placed in the back of the HOLC Building, as specified by the COR.� Under extraordinary or unusual circumstances, contractor may be requested to provide an open-top container in an additional and/or separate location (i.e., curb side - HOLC Front) Containers shall have a capacity of thirty cubic yards. The containers will be used for debris and woods, as defined herein and will be emptied as defined in the schedule of services. The contractor shall remove the container containing trash and debris during a scheduled pull, and replace it with an identical container no later than three (3) hours after pull, thus ensuring adequate disposal equipment is available for use by the Government at all times. The contractor shall ensure all trash and debris surrounding the container being pulled for dumping, either present or occurring as a result of the pull, is removed during pull. The replacement containers shall be placed in the same location and position from which the original containers were located. Period of Performance: The anticipated performance period of this project is a Base + 4 Option Years to begin on October 1, 2023.� . The North American Industrial Classification System (NAICS) code for this project is 562119 with a corresponding small business size standard of $47.0 million. Firms larger than this average will be required to submit a small business subcontracting plan if selected to submit a proposal unless the services will be completed fully in-house by the firm for the entire contract duration. Interested entities must be registered in the System for Award Management (SAM) at www.sam.gov. NAICS code 562119 must be included, where applicable, in the registrations. Responses to this Sources sought shall be emailed, no later than 4:00 pm (EST) on May 23, 2023, to Kasie Redman, Contracting Officer, at k2redman@bop.gov. Questions Provide the name, phone number, and email of the person responding to the Sources Sought Notice. Is the company registered in SAM as a small business under the NAICS 562119? What is the Unique Entity Identification (UEI) number for your company? Provide detailed examples of contracts completed where your company was the prime contractor. The details should include the size, complexity, and performance period of each contract. Provide details of Federal contracts completed where your company was the prime. Can your company accomodate all listed requirement(s) by the established period of performance start date of October 1, 2023? If not, which requirements do you anticipate not being able to meet?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5753e8f3570f43ceb93bbce1ec6b11c6/view)
- Place of Performance
- Address: Washington, DC 20534, USA
- Zip Code: 20534
- Country: USA
- Zip Code: 20534
- Record
- SN06684621-F 20230518/230517212027 (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 |