Recycling Services at Fort Buchanan, PR
INTRODUCTION The Mission and Installation Contracting Command at Fort Buchanan, Puerto Rico is issuing this sources sought synopsis as a means of conducting market research to identify parties having ... INTRODUCTION The Mission and Installation Contracting Command at Fort Buchanan, Puerto Rico 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 Recycling Services at Fort Buchanan, Puerto Rico. 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 or procured through full and open competition. 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. The work to be performed under this contract will occur at US Army Garrison Fort Buchanan, which covers approximately 746 acres in the municipalities of Bayamon and Guaynabo, Puerto Rico. 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 INFORMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The Directorate of Public Works, Environmental Division, is designated as the Recycling Program Manager at Fort Buchanan, Puerto Rico. The DPW Environmental Division is responsible to implement the Department of Defense policy with regard to the environment in support of the mission. In accordance with these assignments, the Environmental Division provides environmental management and compliance with all applicable laws, including federal, state, interstate, and local solid waste management requirements in accordance with Sections 6961 and 6964 of Title 42, U.S.C., E.O.s, and DoDI 4715.23, Integrated Recycling and Solid Waste Management, at all levels and facilities within U.S Army Garrison Fort Buchanan. The materials generated in the recycling stream are those typical of a residential and commercial activity such as cardboard, paper, plastics, metals (aluminum, ferrous), organic wastes (vegetative, oils, scrap food), glass (containers), electronic wastes, wood, wood pallets, among others. The materials with a higher generation rate (cardboard, paper, plastics, aluminum) are collected by means of comingled waste drop-off containers (approximately 40) located strategically across the installation which are in turn emptied on a weekly basis to be transported to a processing facility outside of the installation. Based on historical data (2016) the estimated potential generation of these materials is in the order of 2,000 tons per year, with cardboard/paper and plastics representing 60% and 30% by volume respectively. Initiatives to divert scrap food, textiles, and glass from the waste stream, in addition to expand the collection capability for already collected materials by means of optimization, are areas of particular interest to our program. Currently the recyclables at Fort Buchanan are collected through a variety of approaches, including: 1. Curbside collection of commingled recyclables (single-stream collection) 2. Drop-off collection of commingled recyclables 3. Commercial and industrial collections specific to the participating generator Some of the initiatives that support and stimulate increased diversion and recycling of materials diverted from our solid waste streams are: 1. Establishment of recycling goals at 50% for regular waste and 60% for Construction and Demolition. 2. Promote public education to stimulate industry, business, institutions, government and individual support of recycling. 3. Adopting extended producer policies for products that are difficult to recycle and/or for which there is no existing infrastructure for collection and/or processing. 4. Promote recycling as a means to stimulate development of green industry and green jobs. 5. Monitor and report on the progress of recycling initiatives and mandates, and periodically evaluate the need for enhancements and/or modifications. 6. Promote reuse initiatives. U.S. Army Garrison Fort Buchanan recognizes and highlights the importance of educational initiatives and educational outreach as critical component of our recycling program. Recycling/Reduction educational programs must contain the following solid waste recycling/reduction concepts: 1. Leaving grass cuttings on the lawn. 2. Participating fully in partnerships with local government or privately sponsored recycling programs. 3. Purchasing habits that result in the generation of less solid wastes. 4. Educating children to instill the solid waste recycling ethic. 5. Purchasing products that are recyclable and that are made with recycled content materials. 6. Incorporating recycled content building materials into development or renovation projects. 7. Supporting extended producer policies for hard to recycle materials or for products for which there is no existing infrastructure for collection and/or processing. 8. Looking for opportunities to establish markets to recycle or reuse materials that are typically difficult to recycle or have limited recycling infrastructure or reuse potential. 9. Supporting and participating in research and development of alternative technologies for processing of materials The effectiveness of the recycling program is typically dependent on a number of factors, including location, demographics, and availability of processing capacity and markets and due to these variations a constant effort is required to analyze and optimize operations regularly. THE OBJECTIVE OF THE SOURCES SOUGHT REQUEST IS TO IDENTIFY CURRENT MARKET CAPABILITIES AND RECEIVE FEEDBACK ON THE CURRENT OPERATIONS AND POTENTIAL TO EXPAND OR MODIFY THE EXISTING RECYCLING EFFORTS AT FORT BUCHANAN. REQUIRED CAPABILITIES The Contractor shall provide labor, material, equipment, insurance, incidentals, and services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 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. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3. Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4. Provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 562920, Materials Recovery Facilities, with a Small Business Size Standard of $20.5 million. The Product Service Code is S222. 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) MICC Fort Buchanan intends to hold a site visit on 3 April 2019 at 9:00 AM. The meeting point will be at the Visitor Control Center parking lot (San Patricio Gate). This scheduled site visit will enable potential Offerors to further understand the history behind the requirement as well as tour certain areas of specific interest to the Environmental Division for the intended requirement. Attendance at the site visit is not a requirement and in no way will it have any effect on any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. To register for this site visit, send an email to Baryan Sierra, at baryan.a.sierra.civ@mail.mil by noon EST on 2 April 2019. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address. The subject line of the email should read "Recycling Services at Fort Buchanan Site Visit". Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than two (2) representatives from each potential Offeror will be permitted to attend the site visit. All attendees must provide a valid driver's license or passport. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 16 April 2019. All responses under this Sources Sought Notice must be e-mailed to baryan.a.sierra.civ@mail.mil and paula.claudio.civ@mail.mil. This documentation must address at a minimum the following items: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors before? If so, provide details. 4. What specific technical skills does your company possess which ensure capability to perform the tasks? 5. 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 PBWS for the base period as well as the option periods. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, etc. 7. 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. 8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base period of one year plus four one-year option periods with performance commencing in September 2019. The contract type is anticipated to be Firm-Fixed Price. 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. 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. No phone calls will be accepted. All questions must be submitted to the emails listed 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »