SOURCES SOUGHT: F–HAZARDOUS WASTE COLLECTION AND DISPOSAL

HAZARDOUS WASTE COLLECTION AND DISPOSAL

SOURCES SOUGHT

The US Geological Survey (USGS) is conducting market research to determine the availability of qualified 8(a) contractors capable of providing hazardous waste disposal services as described in the Statement of Work. This sources sought announcement is not a request for quote or proposal and the Government is not committed to award of a purchase order or contract pursuant to this announcement. The information resulting from this market research is simply for planning purposes to assist the Government in determining its acquisition strategy. The Government will not pay for any costs incurred in the preparation of information for responding to this notice.

The North American Industry Classification System (NAICS) code: 562112, Hazardous Waste Collection, and associated size standard $41.5 million apply to this announcement, along with Product Service Code: F108, Environmental Systems Protection ¿ Environmental Remediation.

All responsible sources may submit a brochure and/or technical specifications detailing the ability of their services to meet the statement of work included with this announcement.

Responses to this announcement shall only be accepted through electronic mail addressed to [email protected] and must be uploaded and received in their entirety no later than 10/13/2022 at 1200 PST. Proposals submitted by hardcopy or any web portal shall not be accepted or considered.

  • Original Set Aside:
  • Product Service Code: F108 – ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code: 562112 – Hazardous Waste Collection
  • Place of Performance: 

Full details via beta.sam.gov

SOURCES SOUGHT: Chemical Waste Disposal Services

This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to perform all facets of the work described below.

The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. The North American Industry Classification System (NAICS) code for the proposed acquisition is 562112, Hazardous Waste Collection, with a small business size standard of $41.5M. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the United States Department of Agriculture, Agricultural Research Service (ARS) to award a contract.

BACKGROUND:

The USDA ARS Mosquito and Fly Research Unit located in Gainesville, FL has a requirement for chemical waste disposal services. The service includes profiling materials, manifest, transporting and disposal of the following materials:

  • 1 L of Diethyl ether (BHT stabilized) – obtained in 2019
  • 6 L of tetrahydrofuan (2 bottles of 2L each do not have stabilizer in them) – obtained in 2017
  • 100 mL of dioxane (not stabilized) – obtained in 2016
  • TEMED
  • Ethyl chloroformate
  • Potassium dichromate

INSTRUCTION FOR SUBMISSION:

Please provide the follow Business information:

1. DUNS Number

2. Company Name

3. Company Address.

4. Company Point of Contact, phone number and email address

5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract shall be registered on the SAM located at http://www.sam.gov/index.asp.

6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.);

7. Current GSA Schedules appropriate to this Sources Sought

8. Current Government Wide Agency Contracts (GWACs)

9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses

Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only. Any proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2×11 pages, with one-inch margins, and font no smaller than 12 point.

Interested parties having the capabilities necessary to provide the stated requirements may submit capability statements via email to [email protected] no later than September 1, 2022, 10:00 AM ET. Capability statements will not be returned and will not be accepted after the due date.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code: 562112 – Hazardous Waste Collection
  • Place of Performance: Gainesville , FL USA

Full details via beta.sam.gov

SOURCES SOUGHT: USCG Base Alameda Material and Waste Management Services

This is not a request for proposal. We are seeking sources that can satisfy a follow-on requirement for USCG Base Alameda Material and Waste Management Services, Alameda, CA. The existing contract, awarded under HSCG84-17-C-AA1528 ends 31 May 2022. The period of performance for the new contract is anticipated to be 1 June 2022 through 31 May 2027. The following acquisition is anticipated to be a Firm Fixed Price contract. The North American Industrial Classification Code (NAICS) is 562112 for Hazardous Waste Collection applies with a size standard of $41.5 Million. The requirements of the Service Contract Labor Standard and Construction Wage Rate Requirements apply. More definite information concerning the site visit and pre-proposal conference will be included in the solicitation which is anticipated to be released in late winter of 2022.

The Material and Waste Management Services will require a contractor to provide materials and waste management on Coast Guard Island, utilizing Building 42 as the Central Material and Waste Management Area in accordance with all Federal, State, and local regulations Building 42 includes hazardous material storage lockers, refuse and recycling dumpsters, 90 day hazardous waste storage, universal waste storage, eWaste dumpsters, empty container storage, administrative office area, and supporting equipment The Contractor shall support the Coast Guard with trained and experienced personnel fully proficient and capable of completing the tasks required by this contract. The Contractor shall provide the proper mix of personnel to provide the most efficient and effective engineering services and all support to meet the requirements listed in this PWS.

Telephone responses will NOT be accepted. Responses are requested by 17 January 2022 at 4:00 pm PST and may be submitted via email: [email protected]. Please include the following information in your response:

1. A capability statement that explains what type of work your company has experience performing. Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it. If only interested in a portion, please be specific on what services identified above are applicable. Also, please be sure to list your business size status, for example whether your company is a small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, large business, etc.

Please provide any suggestions on how to combine types of work to achieve the best results for the government.
2. Past performance in this area including:

Contract Number, type of contract
Length of contract
Customer: (Agency or business), Contact information including name, address, telephone no. & email address
Description of work
Contract Dollar Value:
Date of Award and Completion (including extensions)
Type and Extent of Subcontracting
Quality of Performance, Contract Schedule, and Customer Relations
Problems encountered and corrective action taken
3. Does your company currently employ union personnel? What experience do you have dealing with a union? Have you ever had a collective bargaining agreement with a union?

4. Recommendations on handling of work that cannot be easily quantified.

5. Any best practices from previous contracts that may be relevant.

The solicitation will be released at the SAM.gov website at a future date. Interested parties should register on SAM.gov.

This notice is for market research purposes only and does not constitute a Request For Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response.

  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: S222 – HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code: 562112 – Hazardous Waste Collection
  • Place of Performance: Alameda , CA 94501 USA
  • Original Response Date: Jan 17, 2022 04:00 pm EST

Full details via beta.sam.gov