Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOLICITATION NOTICE

R -- USPP Range Maintenance and Cleaning Services

Notice Date
1/9/2024 1:24:35 PM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
WASHINGTON CONTRACTING OFFICE LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2124Q0035
 
Response Due
1/22/2024 2:00:00 PM
 
Archive Date
02/06/2024
 
Point of Contact
Cliett, Stephanie, Phone: 2026196345
 
E-Mail Address
stephanie_cliett@nps.gov
(stephanie_cliett@nps.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Description
THIS ANNOUNCEMENT IS FOR SOURCES SOUGHT ONLY AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. IT IS NOT A SOLICITATION. THE POSTING WILL STATE THAT THIS IS A SOLICITATION BUT IT IS A SOURCES SOUGHT. ABSOLUTELY NO QUESTIONS WILL BE ACCEPTED. PHONE CALLS WILL NOT BE ACCEPTED. DEADLINE TO SUBMIT RESPONSES IS MONDAY JANUARY 22, 2024 5:00 PM EST. The United States Park Police desires to procure Firing Range Maintenance services in the Washington DC Metropolitan Area. Anticipated services include decontamination, disposal of hazardous materials, and filtering services. This requirement would be set aside for Native American Owned businesses. The United States Park Police operates a 25 yard, 14-point indoor pistol/shotgun range containing a bullet-trap and a three-stage filtered ventilation system. The United States Park Police Anacostia Operations Facility Firing Range is located at 1901 Anacostia Drive SE, Washington, DC. This range generates quantities of lead particles, lead dust, and lead contaminated ventilation filters. This project will require the regularly scheduled cleaning of the indoor firing range to include the floor, bullet-trap, shooting booths, and other vertical and horizontal surfaces. This project will also include scheduled replacement of ventilation filters, to include proper packaging removal, and disposal (recycle if appropriate) of all lead and lead contaminated hazardous by-products. Contractor would be required to comply with the Resource Conservation and Recovery Act (RCRA), and all state and local regulations when disposing of lead and lead contaminated products and wastes. Contractor would be required to meet all Federal, State, and other licensing requirements for removal disposal of hazardous waste. In addition, contractor would be expected to provide proof of Medical Monitoring Program, Health Certificates, and compliance with OSHA. The anticipated NAICS code(s) for this requirement is NAICS 562910- Remediation Services with a size standard of $25M. It is anticipated that this requirement will be Firm Fixed Price (FFP) contract with one (1) base year and four (4) option years. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities of meeting the requirement. This notice is issued solely for information and planning purposes - it 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. 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-Wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-Wide Point of Entry for additional information pertaining to this requirement. In response to this sources sought, please email, at a minimum, the following information to the Government POC, Stephanie Cliett stephanie_cliett@nps.gov: 1. Company name 2. Point of contact (first and last name) 3. POC phone number 4. POC email address 5. Company Website (URLs only) 6. SAM.gov UEI number and CAGE number 7. Is your company a Native American Owned Business? 8. A statement regarding business status (large business or small business, type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. AGAIN, NO QUESTIONS WILL BE ACCEPTED. PHONE CALLS WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a708eec93794a229d36d3ab37614774/view)
 
Record
SN06930638-F 20240111/240109230040 (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.