Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91QV1-19-R-0307
This sources sought announcement is for information, planning and market research purposes only. It does not constitute a commitment on the Government's part; therefore a contract may not be awarded a...
This sources sought announcement is for information, planning and market research purposes only. It does not constitute a commitment on the Government's part; therefore a contract may not be awarded as a result of this sources sought announcement nor does it commit the Government to any solicitation. The Mission and Installation Contracting Command - Fort Belvoir (MICC), on behalf of USAG Fort Detrick seeks capability for the storage, transportation and composting of sewage sludge. See the attached Performance Work Statement for additional details for this sources sought. The objective of this task is to provide storage, transportation and composting of sewage sludge accumulated as part of sanitary waste treatment processes at Fort Detrick WWTP in accordance with the attached PWS. Based on historical data, it is assumed that the annual volume of sewage sludge at Fort Detrick will be approximately 798 tons for storage and composting annually. Transportation of approximately 38 loads annually. The Government is seeking responses to this Sources Sought from all interested businesses capable of providing the required services. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify their capabilities in meeting the requirements at fair market prices. Packages shall be submitted by 12:00 EST, Thursday, 14 March 2019. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 562119 "other waste collection" with a size standard of $38,500,000.00 are encouraged to submit their capability packages. The capability packages for this sources sought are not a proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. The capability packages shall not exceed five (5) pages and shall be submitted via e-mail to Gregory Champlin, at Gregory.R.Champlin.civ@mail.mil. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of small businesses interested concerns for this procurement, please provide your company's name, point of contact (POC), address, phone number and business size under the above NAICS code Gregory Champlin, at Gregory.R.Champlin.civ@mail.mil. Any amendments will be posted and must be retrieved from this website. Responses to the Sources Sought must be submitted by email to the POC identified above. No solicitation mailing will be compiled and no phone calls will be accepted. Contractors are responsible for all costs of submitting their capability packages.