The RFP Database
New business relationships start here

Hazardous Pour Down Facility


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

SOURCES SOUGHT

Hazardous Material Pour-Down Facility


SOURCES SOUGHT SYNOPSIS:


Solicitation Number:                     Notice Type:


FA8224-17-D-HAZFAC                     Sources Sought


Synopsis:


1.  NOTICE:  This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.


1.1  The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.  The proposed North American Industry Classification Systems (NAICS) Code is 561210 which has a corresponding Size standard of $38.5.  The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.  The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.  Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.  Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.


2.  Program Details:

These services will serve to 'pour-down' the HAZMAT to size containers usable on aircraft and aircraft component maintenance lines, to distribute these products to the requiring cell activities, and to recycle or dispose of the products so as to minimize HAZMAT waste.  These services require: manual lifting of over 50 lbs; operating contractor-furnished general/special purpose vehicles to include an electric forklift and charger rated to NFPA 70 Class I, Division 2 if used in Bldg. 256's South-side staging area or to NFPA 70 Class I, Division 1 if used in Bldg. 256's North-side mixing area, and delivery/pickup of material in depot supply or other outlying areas to include flight line areas where special licensing is required. A formal Request for Proposal (RFP) in projected to be issued in the April timeframe. The estimated contract period will be three (3) months; the government is considering the contract as a firm fixed price acquisition. The results and capability responses to this announcement will help guide us to the most appropriate contract vehicle.

A formal Request for Proposal (RFP) is projected to be issued in the June timeframe. The estimated contract period will be one (1) year with four (4) year options; the government is considering the contract as a firm fixed price acquisition. The results and capability responses to this announcement will help guide us to the most appropriate contract vehicle.

3. Response

                3.1 Responses should address the following questions:

Hazardous Material Support Questions:

•1.       Does your company have any experience within the past three years on hazardous material handling similar in complexity to those referenced in the draft PWS?  Include contract numbers and a brief description.

•2.       Contracted employees shall be exposed to and required to work with and pour-down various hazardous chemicals, such as solvents, paints, and sealants on a daily basis.  Describe your experience, knowledge and capabilities in hazardous material management and compliance to OSHA and EPA regulations and standards.

•3.       Does your company have capabilities and experiences in the maintenance and management of a pour-down or decanting facility or commercial equivalent facility as described in paragraph 1.1.3 of the draft PWS?  Please describe.

•4.       Can your company provide employees with the level and types of critical training required by OSHA, EPA, and AF hazardous material management standards?

System Support Questions:

•1.       Does your company have capabilities and experiences utilizing a commercial or government Inventory Tracking System and Environmental Management Information system such as those described in the draft PWS?  Please describe.

•2.       Does your company have capabilities and experiences utilizing these systems to track, inventory, analyze, and develop reports to management?  Please describe.

 

3.2 The response should also include the following business information in addition to the capability statements and responses to questions above:

1) Sources Sought Number

2) DUNS Number

3) Company Name

4) Company Address

5) Company Points of Contact, Phone, FAX, and Email Address. POC's should include individual(s) who is(are) duly authorized in managing any/all technical issues and/or questions, and individual(s) who is(are) authorized in managing any/all contractual issues and/or questions.

6) Type of Company (i.e. small business, large business, educational institution, etc.)


The final date to submit responses for this Sources Sought is 20 May 2017.


Please submit all information to the following:  AFSC OL:H/PZIMA, Attention: Steve Gacioch; stephen.gacioch@us.af.mil ; Phone: (801) 586-8042


Stephen Gacioch, Phone 8015868042, Email stephen.gacioch@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP