The RFP Database
New business relationships start here

Trauma Scene Clean-Up Sources Sought


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

THIS IS A SOURCES SOUGHT NOTICE ONLY


INTRODUCTION


The Mission Installation Contracting Command - Fort Bliss (MICC - Ft Bliss) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for trauma scene clean-up and decontamination support at Ft Bliss, TX. Due to the nature of this service, a certification (Institute of Inspection Cleaning and Restoration Certification) will be required. The intention is to procure these services on a competitive basis.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


PLACE OF PERFORMANCE: Services will be required within the boundaries of Fort Bliss, TX. This includes the Fort Bliss Training Complex (FBTC), which is comprised of McGregor Range, Dona Ana Range, Oro Grande Range, SHORAD, and REDEYE; the Main Cantonment; East Fort Bliss; and William Beaumont Army Medical Center.



DISCLAIMER


THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.



PROGRAM BACKGROUND


The project objective is for a full range of trauma scene clean-up services to include surveying the incident for contamination upon arrival, proper recovery and packaging of waste, decontamination, sanitization, deodorization, and proper disposal of all waste recovered. Work to be performed under this requirement may include, but not necessarily be limited to, industrial accidents, suicide, homicide, human decomposition, vehicle/automobile contamination, all situations involving potentially infectious materials and crime scene clean-up. The contractor personnel shall have all training and certifications required per applicable Federal, State, Local, and Fort Bliss Installation rules, regulations, policies, and guidelines.


REQUIRED CAPABILITIES


The Contractor shall provide trauma scene clean up and recovery services to support Fort Bliss. The contractor shall efficiently respond to, properly clean-up, and decontaminate (remediate) trauma scenes of potentially infectious materials through proper handling, storage, transport, and disposal of these materials in accordance with all applicable Federal, State, Local, and Fort Bliss Installation rules, regulations, policies, and guidelines in a discreet manner. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).


If your company has the potential capability to perform these services, please provide the following information: Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization.


The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) provide a quick response when services are requested; 3) obtain access to the installation; and 4) provide services under a performance based service acquisition contract.


SPECIAL REQUIREMENTS: Institute of Inspection Cleaning and Restoration certification is required at time of award. A copy of the certificate or expected completion date must be provided with response to this Sources Sought.


ELIGIBILITY


The applicable NAICS code for this requirement is 562910 Environmental Remediation Services with a Small Business Size Standard of 750 employees. The Product Service Code is F108 Hazardous Substance Removal, Cleanup, and Disposal Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


A draft Performance Work Statement (PWS) is attached for review. (Attachment 1)


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length. The deadline for response to this request is no later than 2 pm, Mountain Time, 20 February 2018. All responses under this Sources Sought Notice must be e-mailed to Karyn Williams, Contract Specialist, at karyn.m.williams2.civ@mail.mil.


This documentation must address at a minimum the following items:


1) Title of the PWS you are referencing.


2) Company name, address, point of contact, telephone number, Duns & Bradstreet Unique Numbering System (DUNS) number, System for Award Management (SAM), and Commercial and Government Entity (CAGE) code and e-mail address.


3) Experience with similar projects of a comparable magnitude. Capability statement should include your firm's general background, experience, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies.


4) Provide past and current contracts hold by your company, specifying if you get paid per incident, or per month, or otherwise. In addition, what type of certification your personnel has, and what time frame is your team expected to arrive to the scene for cleanup.


5) Provide comments on the clarity in the draft PWS's description of technical areas as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions. The Mission Installation Contracting Command - Fort Bliss (MICC-Ft Bliss) is seeking industry review and comment on a draft PWS prior to issuance of any formal solicitation. The Government may incorporate into the final version of the PWS any information or comment resulting from this request that is determined to be useful.


6) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.


7) Provide a statement including current small/large business status and company profile to include number of employees, office locations, etc.


8) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.


9) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


The contract type is anticipated to be a firm fixed price contract.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.


Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Karyn Williams, in either Microsoft Word or Portable Document Format (PDF), via email to karyn.m.williams2.civ@mail.mil.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Please be advised that all submissions become MICC -Fort Bliss property and will not be returned nor will MICC- Fort Bliss confirm receipt of the sources sought response.


No phone calls will be accepted.


All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.



Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


 


 


Karyn Williams, Phone 9155681520, Email karyn.m.williams2.civ@mail.mil - Flor Sanchez, Contract Specialist, Phone 9155686003 , Email flor.f.sanchez.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP