SOURCES SOUGHT
S -- Hazardous Materials Disposal Services (VA-25-00005880)
- Notice Date
- 10/14/2024 11:09:00 AM
- Notice Type
- Sources Sought
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0051
- Response Due
- 10/28/2024 9:00:00 AM
- Archive Date
- 11/12/2024
- Point of Contact
- Anthony Murray, Division Chief, Phone: (518)626-6138
- E-Mail Address
-
Anthony.Murray2@va.gov
(Anthony.Murray2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Sources Sought Notice This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about VA Northport Hazardous Waste Disposal and VA Bronx Hazardous Waste Disposal. The VA is seeking to provide for these requirement as of December 18, 2024, to replace an expiring contract at the Northport VA location(s) and as of February 1, 2025 to replace an expiring contract the Bronx VA location. The NAICS code identified for this requirement is 562112 Hazardous Waste Collection with a small business size standard of $47M. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these service, are encouraged to email a capability statement and full information to Contracting Officer Anthony Murray at Anthony.Murray2@va.gov and Contract Specialist Charles Collins at Charles.Collins@va.gov. - Part of the purpose of this Sources Sought Notice is to determine the viability of set aside to a specific socio-economic category (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. If a contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy. The following information is required for determining procurement strategy and viability of sources. Failure to provide all of the requested information may result in your company being found non-responsive to the posting. Contractor must identify which site(s) it is interested in providing services for: Set aside requirements have limitations on subcontracting. This service is located at Northport VA Medical Center 79 Middleville Road Northport, NY 11768 and at James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468. Contractors must provide their physical site location and supporting documentation. Given your location and proximity to the service site(s), how do you plan to accomplish self-performance of this work? If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company? How many years experience does your company have in performing tasks of this nature, of this scope and this complexity? How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity? How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity? How many jobs of this of this nature, of this scope and this complexity have you performed in the past five years? How many certified/licensed technicians does your company currently employ (this does not include subcontracted technicians)? - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. - Contractors shall include any relevant comments about the Attachment(s) if applicable. The draft Statement of Work for the Northport location and Bronx location are attached to this notice. These two requirements will be solicited separately. When the solicitation is issued a final version will be provided. Please provide any questions of clarifications with the current draft as part of your response to this notice. The Limitation on Subcontracting Certificate of Compliance Clause is attached. Please complete this as part of your response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d3e0ecf14b7c49d0ad085780dc1db8d3/view)
- Place of Performance
- Address: See Posting 2 separate site requirements, USA
- Country: USA
- Country: USA
- Record
- SN07239625-F 20241016/241014230056 (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 |