The RFP Database
New business relationships start here

Maintenance and Inspection of Underground Storage Tanks


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

SOURCES SOUGHT

MAINTENANCE AND INSPECTION

OF

UNDERGROUND STORAGE TANKS

 

1.0 Description

 

1.1 This is a Request for Information in support of a market survey being conducted by Joint Base Andrews in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research, to determine interest and capabilities of potential sources. This synopsis is for informational and planning purposes only and does not constitute a solicitation, or a synopsis of a solicitation, or a commitment on the part of the government to later publish a solicitation or ultimately award a contract. The Government will not reimburse the costs of preparing or submitting a response to this synopsis.

 

1.2 The intent of this notice is to identify potential offerors to provide all management, permits, transportation, tools, supplies, equipment and labor necessary to accomplish; annual 3rd party Maryland Department of the Environment (MDE) compliance testing, monthly inspections, tank integrity testing, tank level monitoring, product pumping/hauling, fuel removal and tank cleaning, painting, repair of underground storage tanks, and spill response team vacuum trailer located at Joint Base Andrews, MD (JBA).  The contractor shall also supply Class A, B, or C training to tank managers and/or facility managers on JBA.  The contractor shall perform all work in accordance with federal, state, local statutes, and regulations. 

 

1.3 If this requirement is solicited, there will be a site visit.

 

1.4 The North American Industry Classification System (NAICS) Code is 541620, Environmental Consulting Services. The Small Business Size Standard is $15M.

 

1.5 Estimated Period of Performance is one base year and four option years.

 

2.0 Requested Information

 

2.1 Interested firms should submit information as to the capabilities, capacity and experience to perform the aforementioned tasks.

 

2.2 Please include name, mailing address, phone number, email address, and cage code.

 

2.3 Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), an

8(a) firm, an Indian tribe or Alaskan Native Corporation, or a Large Business based on the size standard in paragraph 1.4 above. In addition, you MUST state if your company is able to perform at least 50% of the work required under this acquisition.

 

3.0 Responses

 

3.1 Please respond by e-mail to adriana.e.carmonaparedes.ctr@mail.mil no later than Tuesday, February 28, 2017 at 12:00PM EST and indicate whether you are capable of providing the subject requirement, how long after issuance of a purchase order would it take to complete the requirement and must indicate your size status (i.e., small business, 8(a), HUBZone, or service disabled veteran owned small business (SDVOSB). No other information is required at this time. Based upon the responses received, the Government will determine the set-aside method for the procurement. An award will not be made on offers received in response to this notice. This Request for Information is not a Request for Proposal or Quote (RFP or RFQ); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP.


Adriana Carmona Paredes, Email adriana.e.carmonaparedes.ctr@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP