Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOURCES SOUGHT

Z -- Z--Service & Maintenance of Restroom & Septic Pumping

Notice Date
2/1/2024 3:51:35 PM
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
MP-REGIONAL OFFICE SACRAMENTO CA 95825 USA
 
ZIP Code
95825
 
Solicitation Number
140R2024Q0052
 
Response Due
2/12/2024 3:00:00 PM
 
Archive Date
02/27/2024
 
Point of Contact
Heibeck, Sherry, Phone: 916-978-6188, Fax: 916-978-5175
 
E-Mail Address
SHeibeck@usbr.gov
(SHeibeck@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
New Melones Recreation Area - Service & Maintenance of Restroom and Septic Pumping This is a Sources Sought Notice. In preparation for an upcoming procurement, Department of the Interior (DOI), Bureau of Reclamation (BOR), Region 10 California Great Basin Region Supply & Service Acquisitions Office, Sacramento, CA, is conducting market research to determine potential sources that can provide servicing and maintenance of portable restrooms, vaulted restrooms, septic tanks, fish cleaning stations, lift stations, an RV dump and can provide portables as needed for the Bureau of Reclamation, Central California Area Office, New Melones Lake Recreation Area. The New Melones Lake Recreation Area utilizes portable restrooms, CXT vaulted restrooms, septic tanks (both closed systems without leach lines and systems connected to lift stations) fish cleaning stations, lift stations and an RV dump station to serve the public visiting the lake and using the recreation areas. These facilities are located around the lake in both rural and heavily utilized areas in various locations throughout the park. The New Melones Lake Recreation Area is open year-round with two service seasons, peak and off-peak. The peak season is April- September and off-peak October- March. See attached Performance Work Statement for additional information about services required. OBJECTIVES: � Clean out all waste material, fluid, sludge and trash, from fifteen (15) portable restrooms, ten (10) CXT vaulted restrooms, three (3) restroom septic tanks (closed systems without leach lines), two (2) fish cleaning stations, nine (9) lift stations, fifteen (15) restroom septic tanks (systems connected to a lift station), and one (1) RV dump station located in the Glory Hole and Tuttletown Recreation Areas and outlying areas around the lake. � Transport and dispose of material in the local landfills. � Contractor is responsible for all federal, state and county permits. � Contractor is responsible for the cleaning of the portable restrooms and the stocking of TP when pumped. � Contractor to provide hourly pumping services when emergency maintenance issues need to be addressed by the Water Treatment Plant Operator. � Contractor to provide additional (rental) portables as needed. The North American Industrial Classification System (NAICS) code is 562991 � Septic Tank and Related Services. The Small Business size standard for this code is $9 Million. This notice is not a request for proposal/quote and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. BOR intends to solicit this requirement using Federal Acquisitions Regulation (FAR) Part 13, Simplified Acquisition Procedures. Businesses designated as Small Business with the capability to fulfill the requirements briefly described herein are encouraged to submit responses. Interested parties shall include the following information in response to this Sources Sought announcement: (1) Company name and address (2) SAM.gov UEID number and CAGE Code (3) Type of business (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small-disadvantaged business, and/ or women owned small business) as validated via the System for Award Management (SAM). (4) Company point of contact (name, phone, and e-mail address). (5) A positive statement of intent to submit a quote to a solicitation for this work as the prime contractor. (6) Capability Statement/ Evidence of recent (within the last 5 years) experience in performing work of a similar scope. Responses are due: by 3:00pm (PST), Monday, February 12, 2024. Please send all responses and/ or questions to Sherry Heibeck via email to sheibeck@usbr.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/40fd0eed3e104959ac0eca40de1dcb2e/view)
 
Record
SN06952881-F 20240203/240201230045 (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.