The RFP Database
New business relationships start here

Hazardous Waste Removal and Disposal Sierra Regional


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

 A sources sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources sought synopsis is to identify qualified HUBZone, 8(a), woman-owned, service disabled veteran-owned and small businesses for a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for RCRA Hazardous, State-Regulated, PCBs, CGCs and Non-Hazardous Waste Removal, Transportation and Disposal. 


The hazardous waste requirement is for the removal, transportation and disposal of RCRA hazardous wastes, non-RCRA wastes, TSCA, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gas Cylinders, and Polychlorinated Biphenyls (PCBs) located on Department of Defense (DOD) Installations in the State(s) of California and Nevada. There are approximately 9 pickup points including Sierra Army Depot, Marine Corps Mountain Warfare Training Center, Fallon Naval Air Station, NOSC Reno, Reno Air National Guard and Hawthorne Army Depot.  Standard performance and removal timeframe for all sites is 21 calendar days from the date of order issuance unless otherwise specified.  The duration of the contract is anticipated to be for one (1) thirty (30) month base period from the date of an initial contract award and will include one (1) thirty (30) month option period.

All services necessary for the collection, storage, processing, removal, transportation, final treatment and disposal of waste will be in accordance with all local, state, Army, Air Force, Department of Defense, Navy, and Federal laws and regulations.  There are approximately 160 Base CLINs anticipated for this contract, roughly 70 special services and 90 profile based waste CLINs. Special services may include management services, lab pack/loose pack, analysis and testing, providing containers and tank cleaning. Profile Based CLINs may include waste streams such as batteries, corrosives, flammables, compressed gas, non-RCRA, PCB, and recycling and recovery.

Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition is in the Government's best interest.  The Government intends to solicit and award a Firm-Fixed Priced IDIQ Services Contract.  The North American Industry Classification Standard (NAICS) code for this project is 562211 (Hazardous Waste Treatment and Disposal).  The size standard for this NAICS code is $38.5M.  NAICS code compliance verification will occur if/when proposals are submitted.  Proposals are not to be submitted at this time.  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.

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 small business or other small business set-aside programs.  There is no solicitation available at this time.

SUBMISSION REQUIREMENTS: Interested firms having relevant experience in the categories referenced above must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services.  This documentation shall address, as a minimum, the following: (1) Company Profile to include number of employees, office location(s), DUNS number and or Cage Code and statement identifying small business category and current status of the small business classification. (2) Relevant experience within the last two years as it relates to size and complexity of the requirement in terms of identified waste streams, locations, number of pick up points, etc., including any contract number, and Government/Agency or firm point of contact (POC) and current telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor. Company sales brochures or marketing packages will not be considered.

The submittal package must be received at the office no later than 3:00 p.m. EST on December 4, 2017.  Electronic submissions of the Statement of Capabilities Packages can be sent electronically to amy.corder@dla.mil.

LATE RESPONSES WILL NOT BE ACCEPTED.

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.

Points of contact listed may be contacted for purpose of verifying performance.


Amy R. Corder, Contract Specialist, Phone 2699614187, Fax 269-961-4417, Email amy.corder@dla.mil - Nathanial D Gaunt, Contracting Officer, Phone 269-961-4617, Fax 269-961-4417, Email nathanial.gaunt@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP