Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2024 SAM #8150
SOURCES SOUGHT

W -- LF Portable Latrines

Notice Date
3/19/2024 8:44:03 AM
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461324LFPortableLatrines
 
Response Due
4/1/2024 9:00:00 AM
 
Archive Date
04/16/2024
 
Point of Contact
Mrs. Karmella Van Stockum, Phone: 3077736649, Mr. Arthur W. Makekau, Phone: 3077736829
 
E-Mail Address
karmella.vanstockum.1@us.af.mil, arthur.makekau@us.af.mil
(karmella.vanstockum.1@us.af.mil, arthur.makekau@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION 1. This is a SOURCES SOUGHT ANNOUNCEMENT. North American Industry Classification System (NAICS) of 562991 with a small business size standard of $7.5 million to be used for market analysis only, to determine the availability of potential Small Business Categories for potential set-asides for a five-year effort. No awards will be made from this sources sought announcement. No solicitation is available at this time; therefore, do not request a copy of the solicitation. All responses will be used to determine the appropriate acquisition strategy for the future acquisition. 2. F. E. Warren AFB, Wyoming is conducting market research to identify potential small business sources including 8(a), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), HUBZone small business, small disadvantage business (SDB), and women-owned small business (WOSB) concerns with the capacity and technical capability necessary to successfully perform Portable Latrine leasing, servicing, and relocation services at the 150 Launch Facilities (LF) assigned to F.E. Warren AFB, WY (located in Wyoming, Nebraska, and Colorado). The contractor shall provide all equipment, locks/keys, tools, materials, transportation, personnel, labor, supervision, and management. Work shall include the delivery/set up of standard-sized Portable Latrines with a minimum 35-gallon capacity and provide monthly services to the latrines. The latrine size standard will be handicapped sized (min 58�x58�- max 66�x66�) and acceptable colors of: Sand/Khaki, Grey, Brown, Green, or Blue (earth tones). Services shall consist of pumping/cleaning of the holding tanks; transporting/disposing of waste (to include mileage); washing the inside/outside of the units; providing air freshener, hand soap/sanitizer, fresh water, a minimum of two toilet paper rolls for each latrine, and anti-freeze (for the winter months); and providing any required equipment maintenance or repair (i.e. tipped latrines, spillage, etc.). All operations must comply with all regulatory requirements. The standards to be met are: (1) compliance with all Federal, State, and local laws, regulations, and ordinances while transporting waste for disposal and (2) compliance with the Occupational Safety and Health Act, F.E. Warren AFB Fire Protection Program, Air Force Occupational Safety, and the Fire Prevention and Health Program. 3. All interested parties need to send a capability statement briefly describing how your company can satisfy the requirements described above, to the following individuals: Mrs. Karmella Van Stockum, karmella.vanstockum.1@us.af.mil, and Mr. Arthur Makekau, arthur.makekau@us.af.mil. Please ensure your capability statement includes: Years experience your company has been supplying/leasing/servicing portable latrines. Locations where your company has provided services of this nature and magnitude. Number of Portable Latrines your company has on-hand that possess a minimum 35-gallon capacity, are handicapped sized (min 58�x58�- max 66�x66�) and the following colors will be acceptable: Sand/Khaki, Grey, Brown, Green, or Blue (earth tones). The capability and certifications to service Portable Latrines located in Wyoming, Nebraska, and Colorado on a monthly basis. Please provide any other input on our Statement of Need Any limitations that would hinder you from submitting a proposal on this requirement. 4. Please provide (a) Company Name and Cage Code Number; (b) Mailing address; (c) Point of Contact to include phone/fax number and e-mail; (d) website, if applicable; (e) State whether you company is small, 8(a), VOSB, SDVOSB, HUBZone small business, SDB, and WOSB, etc. (f) State if your company is registered under NAICS 562991. 5. THIS NOTICE IS FOR SOURCES SOUGHT, MARKET RESEARCH ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. ***The current contract is scheduled to expire 14 December 2024. A solicitation is not expected to be posted until April � May 2024 timeframe.*** 6.� Any questions relative to this market research should be sent electronically to the above e-mail addresses. NO PHONE INQUIRIES. All communication shall be in writing and reference FA461324LFPortableLatrines.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43c8403828034e068c185bfe1610345b/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07002253-F 20240321/240319230053 (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.