Inactive
Notice ID:PANMCC-19-P-0000-021521
Non-personal services contract to provide Oil/Water Separation removal service. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall pe...
Non-personal services contract to provide Oil/Water Separation removal service. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary. The Contractor shall compile, record and report historical data, prepare required reports, and submit all information as specified by the Deliverables presented in the contract. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS of this contract. The Contractor shall remove all Floating Oils and Grease (FOG), particulates, and debris from the surface of the Oil/Water Separation (OWS), and also any floating oils, greases and debris within the suspension/blocking fluid, and all sediment debris located at the bottom of the suspension/blocking fluid (water) while leaving as much suspension/blocking fluid as needed, for the safe and proper operation of the GT&OWS device/container. The proposed contract if awarded will be a Blanket Purchase Agreement to responsible company with recent and relevant experience in previous projects dating back not more than three (3) years. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). 1) Contractor Information: Provide your firm's contact information with a central POC, Cage Code, TAX ID and DUNS number to include a statement confirming that your company System for Award Management (SAM) registration is current, refer to http://www.sam.gov/. 2) Identify type of Small Business; for more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Experience: Submit a maximum of 3 government or commercial contracts/projects your firm has completed in the last 3 years demonstrating your experience with the above described requirement. This past experience may be for the military and/or commercial nonresidential buildings related work within the cost range of $25,000 to $100,000 plus. For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including point of contact, phone number, and email address. Responses to this sources sought synopsis should be forwarded to the attention of Larissa A. Brown, Contract Specialist, MICC - Fort Leavenworth; please email your response to Larissa.a.brown2.civ@mail.mil. One copy of the submittal package is due no later than 5:00 PM (Central Time) on Tuesday, 28 May 2019. Responses received after the deadline or without the required information will not be reviewed. Contracting Office Address: MICC - Leavenworth 535 Kearny Ave, Bldg 338 Blockberger Terrace Fort Leavenworth, KS 66027 Point of Contact(s): Larissa A. Brown, 913-684-1622