Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

S -- DLA Disposition Services Hazardous Waste Removal New England Region

Notice Date
8/1/2024 8:33:36 AM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
DLA DISPOSTION SERVICE - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
24BE165
 
Response Due
8/15/2024 12:00:00 AM
 
Archive Date
08/30/2024
 
Point of Contact
Jose Acevedo, Len Hatton
 
E-Mail Address
jose.acevedo@dla.mil, leonard.hatton@dla.mil
(jose.acevedo@dla.mil, leonard.hatton@dla.mil)
 
Description
SOURCES SOUGHT: A �sources sought� is a market research tool used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. �Contractors are reminded that this is a Sources Sought Notice, NOT a solicitation for work, nor is it a request for proposals, rather it is to determine if there is potential for a contract to be set aside for qualified small business. A response to this Sources Sought Notice will not be considered an adequate response to any forthcoming solicitation announcement, nor will it result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. There is no solicitation available at this time. The Government WILL NOT provide a debriefing on the results of the survey.� All information submitted will be held in a confidential manner and will only be used for the purpose intended. OBJECTIVE: The intent of this sources sought is to IDENTIFY ALL HAZARDOUS WASTE DISPOSAL COMPANIES CAPABLE OF HANDLING, REMOVAL AND DISPOSAL FROM FEDERAL/ STATE SITES IN CONNECTICUT, MASSACHUSETTS, RHODE ISLAND, NEW HAMPSHIRE (1 SITE) AND FISHERS ISLAND, NY. General locations within these states are included in this notice (See draft documents). Specific locations with addresses will be included in the follow-up solicitation. INTENT: TO IDENTIFY QUALIFIED SMALL BUSINESSES, specifically 8(a), HUBZone, woman-owned, and service-disabled veteran-owned small businesses, for the requirement described below.� While the intent of this Sources Sought is to identify capable small business that can perform with limitations on subcontracting, ALL QUALIFIED COMPANIES CURRENTLY ENGAGED IN COMMERCIAL HAZARDOUS WASTE DISPOSAL ARE ENCOURAGED TO RESPOND.� SCOPE: The scope of work requires the transportation and disposal of Resource Conservation and Recovery Act (RCRA) Hazardous wastes, non-RCRA wastes, Compressed Gas Cylinders, State-Regulated waste, Non-Hazardous Waste, and Polychlorinated Biphenyls (PCBs) from the forementioned areas cited in the objective.� All services necessary for the collection, storage, processing, removal, transportation, final treatment and disposal of waste will be in accordance with all local, state, and Federal laws and regulations. The Government intends to solicit and award a Firm-Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) Services Contract. The North American Industry Classification Standard (NAICS) Code is 562211 (Hazardous Waste Treatment and Disposal). The size standard of this NAICS code is $47M. NAICS code compliance verification will occur if/when proposals are submitted.� ANTICIPATED PERIOD OF PERFORMANCE: The Government intends to solicit proposals on the System for Awards Management (SAM) and award a Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract.� The contract is anticipated to have one 30-month base period, followed by one 30-month option period.� This multi-million-dollar contract is expected to be executed within the first half of calendar year 2025. �SMALL BUSINESSES READ CAREFULLY: FAR 52.52.219-14 Limitations on Subcontracting (MAR 2020) DEVIATION 2020-O0008 states the Offeror/Contractor agrees to not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. In other words, contractors may be subject to a minimum $500,000 fine if awarded a contract with this clause and they don�t meet the requirement. This could be problematic for companies that don�t own or have contracted pricing arrangements with QUALIFIED�Treatment, Storage, Disposal Facilities (TSDF). Our research shows most of the TSDFs covered under the objective area as large businesses.� Note all TSDFs used during the performance of this contract must be approved and listed on the Qualified Facilities List (https://www.dla.mil/DispositionServices/Offers/Disposal/HazardousWaste/HazWasteDisposal/).� GUIDANCE FOR INTERESTED, QUALIFIED COMPANIES: ?Interested firms must demonstrate their ability to perform the requested services, described above, by reviewing: - Attached DRAFT documents. - Submitting a brief capabilities package (see response format below- no more than three pages in length, single-spaced, 12-point font minimum).� RESPONSE FORMAT CAPABILITIES PACKAGE: (1) Company name, office location(s), CAGE Code, Unique Entity ID (UEI) and a statement identifying business category (Large/ Small) �and if a small business, the current status of the small business classification (i.e.- 8(a), HUBZONE, Woman Owned Small Business, Veteran Owned, Service Disabled Veteran Owned Business, etc.).�� ?(2) Relevant experience within the last five years, including any commercial contracts and their approximate value, names of customers/ companies serviced, and contract # or identifier. ?� (3) A statement identifying your firm�s ability to perform in accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2020-O0008).��?� (4) A listing of TSDFs your firm would use during the performance of this contract, identifying each TSDF as similarly situated or not as your firm.�?� The submittal package must be emailed to�DispSvcsJ-72TO@dla.mil with �SOURCES SOUGHT�NEW ENGLAND� in the subject line.� The submittal package must be received no later than�1500 EST on�15 AUG 2024.��?� Upon review of industry response to this Sources Sought, the Government will determine whether a set-aside acquisition is in the Government's best interest.� If an unrestricted solicitation is issued, then the Class Deviation 2020-O0008 Limitations on Subcontracting would not apply.�� All responsible firms, including small businesses, are eligible to submit a proposal in response to an unrestricted solicitation.�?� A response to this sources sought will not be considered an adequate response to any forthcoming solicitation announcement.� The Government WILL NOT provide a debriefing on the results of the survey.� No reimbursement will be made for any costs associated with providing information in response to this ""sources sought"" notice or any follow-up information requests.� All information submitted will be held in a confidential manner and will only be used for the purpose intended.� DRAFT DOCUMENTS: 1 DRAFT Performance Work Statement 2 DRAFT Schedule of HAZ WASTE ITEMS 3 DRAFT Service Locations
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c91f4cc51344a66af7b927ae4464040/view)
 
Place of Performance
Address: Groton, CT, USA
Country: USA
 
Record
SN07153847-F 20240803/240801230158 (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.