SOURCES SOUGHT: FCRHC, Request for Services: Laundry & Dry-Cleaning Services

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION FOR BIDS.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals.  Submission of any information in response to this market survey is purely voluntary and will be used only for market research purposes to determine availability of sources, commerciality, and competitive strategy.  The government assumes no financial responsibility for any costs associated with any response to this notice as incurred by prospective contractors.

******************************************************************************

Project Title: Laundry and Dry-Cleaning Services

Tracking Number: IHS1466286

The Indian Health Service (IHS), Shiprock Service Unit (SSU), Four Corners Regional Health Center located at US Hwy 160 & Route 35, Teec Nos Pos, AZ 86514 is seeking capable, Native American Owned Small Business or Indian Economic Enterprise Small Business interested in providing the resources to satisfy the requirement of Laundry and Dry-Cleaning Services for the FCRHC located in Teec Nos Pos, Arizona.

The anticipated period of performance will be for 12 continuous months from the date of contract award.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 812320 – Dry-cleaning and Laundry Services with a small business size standard of small business size standard of $6 million.

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

SUBMISSION INSTRUCTIONS:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 3:00 pm MST on January 10, 2023.

AT A MINIMUM, THE FOLLOWING INFORMATION MUST BE SUBMITTED TO THE POC LISTED IN THIS NOTICE:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 812320 – Dry-cleaning and Laundry Services
    1. If the proposed NAICS is not the customary or applicable NAICS relative to the needs description, include your firm’s proposed NAICS and rationale for the different NAICS.
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. If Non-Indian, indicate firm’s size – small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB
  4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor.
  5. Provide firm’s UEI Number.
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Matthew Atcitty, Purchasing Agent, (505) 368-7345, [email protected];

Place of Performance:

Four Corners Regional Health Center

HCR 6100, US Hwy 160 & Route 35 – Red Mesa

Teec Nos Pos, Arizona 86514

THIS IS NOT A SOLICITATION.

  • Original Set Aside: 
  • Product Service Code: S209 – HOUSEKEEPING- LAUNDRY/DRYCLEANING
  • NAICS Code: 812320 – Drycleaning and Laundry Services (except Coin-Operated)
  • Place of Performance: Teec Nos Pos , AZ 86514 USA

Full details via beta.sa.gov

SOURCES SOUGHT: REFUSE and Recycling Collection and Disposal for USCG Eighth District

This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10.

This notice is issued by the U.S. Coast Guard Director of Operational Logistics (DOL-94), Alameda, CA, to identify qualified sources capable of providing REFUSE AND RECYCLING COLLECTION AND DISPOSAL SERVICES to be performed for the Eighth U. S. Coast Guard District that consists of 26 states.

The potential requirement is for a base year period plus four (4) one-year option periods, if exercised by the Government. The base performance period is anticipated to begin 1 June 2023.

The contractor shall furnish all labor, supplies, material, equipment, transportation and supervision necessary to perform these services at the USCG unit/station/location.

Various type of REFUSE container sizes (open top and cover) ranges from 4-cubic yard (cy), 6-cubic yard (cy), 8-cubic yard (cy), 20-cubic yard (cy), and 30-cubic yard (cy); and various types of RECYCLING container sizes (open top and cover) include 4-cubic yard (cy), 6-cubic yard (cy), and 8-cubic yard (cy).

The business category of the sources sought include small business, veteran-owned small business (VOSB), service-disabled veteran-owned small businesses (SDVOSB), HUBZone small business, small disadvantaged business, women-owned small business (WOSB) and large business concerns.

The North American Industry Classification System (NAICS) code is 562111 – Solid Waste Collection with a small business annual revenue size standard of $41.5M.

All required licenses and or certification required for the different States must be identified with the response to the Sources Sought Notice along with any other required information.

Contractors that have the capabilities necessary to provide the stated services are invited to contribute to this market survey/sources sought by providing commercial market and company information.

Interested contractors should include the following information:

1. Name of company, address, and Unique Entity ID (UEI) number.

2. Point-of-contact name, phone number and email address

3. Business Size (small business, veteran-owned small business, service-disable small business, HUBZone, 8(a), small disadvantaged business, woman-owned or large business).

4. CAPABILITY STATEMENT and PAST PERFORMANCE INFORMATION that demonstrates the ability to perform these types of services. Past performance information shall include recent and relevant contracts for the same or similar services and other references (including contract numbers, points of contact with telephone numbers/email addresses and other relevant information). Past performance information should be at least three (3) contracts, ongoing or completed within the last three (3) years for like or similar services held with the U.S. Coast Guard, other Government agencies or private industry.

Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM access can be obtained by accessing https://sam.gov.

This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal. It is not considered to be a commitment by the Government nor will the Government pay for information solicited.

Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in not considering the company as a viable source.

The Government reserves the right to consider a small business, 8(a), other set-aside, or any business arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.

It is the Coast Guard’s intent to issue a separate solicitation in the near future, to be synopsized on System for Award Management Electronic Posting System at https://sam.gov. It is the potential offer’s responsibility to monitor this avenue for release of any future synopsis or solicitation announcements.

At this time, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.

Any interested firm capable of providing these services is requested to respond to the Contract Specialist Yvett Garcia, via e-mail to [email protected] by 8am PST on Friday, December 23, 2022.

  • Original Set Aside: 
  • Product Service Code: S205 – HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code: 562111 – Solid Waste Collection
  • Place of Performance: USA

Full details via beta.sam.gov

SOURCES SOUGHT: S–New Melones Lake Janitorial Services, Sonora CA

The Bureau of Reclamation is seeking interested vendors to provide janitorial services at New Melones Lake. The work will consist of cleaning and servicing public restrooms and fish cleaning facilities.

The work will be performed at the Tuttletown and Glory Hole Recreational Areas, Natural Bridges Trail area, and the Visitor Center Restroom located near the New Melones Park Office located off Highway 49, Sonora, California.

A draft of the Performance Work Statement and Maps are attached to this notice. When responding to this Sources Sought notice, vendors should provide their SAM UEID number and describe their experience providing these services and or submit a capability statement to include: (1) Firm¿s name, address, telephone number, business size and type (8(a), HUBZone, Service-Disabled Veteran, Woman Owned, Small Business or Large Business, etc.) (2) Point of Contact name, position, email address, and direct phone number.

Solicitation number 140R2023Q0006 has been assigned and should be referenced on all correspondence regarding this announcement. Please send your responses by email to [email protected] before 3:00 P.M. Pacific Time on November 03, 2022

Please note this is NOT a solicitation or request for quote. A formal solicitation will be posted at a later date.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: Bureau of Reclamation Sonora , CA 95370-8869 USA

Full details via beta.sam.gov

SOURCES SOUGHT: Floor Cleaning

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is NOT a solicitation, but market research to determine potential sources to support this requirement for Floor Cleaning services in accordance with Attachment 1 – PWS and Attachment 2 – Floor Plan.

This notice does not constitute a promise to issue a solicitation in the future. Further, we are not at this time seeking proposals; therefore, DO NOT request a copy of a solicitation or submit a proposal as a result of this notice. Responders are advised the Government will not pay for any information or administrative costs incurred in response to this sources sought and that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party’s expense. Not responding to this sources sought does not preclude participation in any future solicitation, should one be issued. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. No basis for claim against the Government shall arise from a response to the notice. It is the responsibility of the interested parties to monitor the SAM.gov website for additional information pertaining to this sources sought.

RESPONSE INFORMATION:

Responses to this Sources Sought Notice must be received no later than 9:00 AM CST, on 3 October 2022.

Responses should be emailed to: [email protected]. It is the responsibility of the respondent to ensure their email has been received by contacting Edward Lerma via email PRIOR to the deadline. Responses and/or inquiries WILL NOT be accepted past the deadline.

Interested parties are requested to complete and submit the RFI document prior to the deadline.

  • Original Set Aside:Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: JBSA Lackland , TX 78236 USA

Full details via beta.sam.gov

SOURCES SOUGHT: S201– Janitorial and Laundry Cleaning Service for Fisher House (VA-23-00004998)

Fisher House Janitorial and Laundry Service
  • Original Set Aside: 
  • Product Service Code: S201 – HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code: 561720 – Janitorial Services
  • Place of Performance: Fisher House Historic Franklin R. Sousley Campus Lexington , KY 40511
    USA

Full details via beta.sam.gov

SOURCES SOUGHT: Debris Removal Services – Hurricane Season preparation

This is announcement constitutes a Source Sought Synopsis.  This announcement seeks information from industry and will only be used for preliminary planning purposes.  THIS IS NOT A SOLICITATION AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.  Respondents will not be notified of the results of the evaluation.

The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 22 and 23 award of the aforementioned project.  The purpose of this synopsis is to gauge of interest, capabilities, and qualifications of various contractors, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. No reimbursement will be made for any costs associated with providing information in response to said synopsis or synopsis or any follow-up information requested.

The proposed project will be a Firm Fixed Price (FFP) contract.  The Jacksonville District anticipates the issuance of a Request for Quotes or Request for Proposals.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 562119, Other Waste Collection.

Work to be performed is emergency debris removal services, within the state of Florida and / or within the commonwealth of Puerto Rico.

Responses to this Sources Sought/Request for Information Notice shall be limited to 7 pages and shall include the following information:

    • Industry is asked to provide a response addressing the following objectives or questions:
        • Are you located in Puerto Rico?
        • How fast can you mobilize all required equipment to commonwealth Puerto Rico?
        • Your firm’s ability to provide required services in response to a natural disaster.
        • Your firm’s approximate response time to deliver, set up, and start debris removal services in a natural disaster within the state of Florida and / or within the commonwealth of Puerto Rico.
    • Industry is asked to submit their interest, capabilities and qualifications as follows:
      • Company/Contractor name, address, point of contact, phone number and e-mail address.
      • Company’s interest in submitting a quote/proposal on the subject requirement when issued.
    • Company’s capability to perform a contract of this magnitude and complexity (include company’s capability to execute comparable work performed within the past 10 years).  Company should provide at least 3 examples which, at a minimum, include the following:
        • Brief description of the project
        • Customer name
        • Customer satisfaction
        • Timeliness of performance
        • Dollar value of the completed projects
    • Offeror shall identify their Small Business classification and Small Business Size
        • Small Business
        • Small Disadvantage Business
        • 8(a) Small Business
        • HUB Zone
        • SDVOSB
        • WOSB
    • If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement include Joint Venture information, if applicable – existing and potential.

 

NOTES:

DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT.

DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA.

Submission Instructions:

Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought/Request for Information Notice no later than September 29, 2022, at 02:00 PM, local time. All responses under this Sources Sought Notice shall be sent to Mr. Guesley Leger via email at [email protected], Ms. Manuela D. Voicu via email at [email protected] and Frederick Cooper via email at [email protected].

Prior Government contract work is not required for submitting a response under this source sought synopsis.

You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation.  To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: S205 – HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code: 562119 – Other Waste Collection
  • Place of Performance: Jacksonville , FL 32207 USA

Full details via beta.sam.gov

SOURCES SOUGHT: S–Janitorial Services for SSIS

Source Sought Notice
The Department of the Interior (DOI), Bureau of Indian Affairs (BIA), Division of Acquisitions is issuing a Sources Sought Notice announcement to seek potential Indian Small Business Economic Enterprises (ISBEE) sources; Indian Economic Enterprises (IEE); Small Business (SB) and Large Businesses who would be interested in providing Janitorial Services for BIE – St. Stephens Indian School in St. Stephens, Wyoming.

This notice is to identify potential Indian Small Business Economic Enterprises (ISBEE) sources; Indian Economic Enterprises (IEE); Small Business (SB) and Large Businesses sources that fall into the following available categories. The North American Industry Classification (NAICS) code is 561320 the small business size standard $30.00.

No reimbursement will be made for any cost associated with this Source Sought announcement. Any information submitted by respondents to this notice is strictly voluntary. It is requested that only those that meet the definition of these categories submit a response to this notice. Send your capabilities statement to include your UEI #, description of your specialties, contact information (business name, contact person, phone number and email address), bonding capabilities.

The contract scope of work consists of the following discipline of the Bureau of Indian Education (BIE) is seeking a contract for a Janitorial Services to clean the two school buildings and one modular building to support the St. Stephen¿s Indian School (SSIS) in Saint Stephens, Wyoming, until these job positions can be filled by applicants. The SSIS is operated by the BIE under the direction of the Associate Deputy Director, Bureau Operated Schools (ADD-BOS) and the Pine Ridge Education Resource Center. The mission of the BIE is to provide quality education opportunities from early childhood through life in accordance with a tribe¿s needs for cultural and economic well-being, in keeping with the wide diversity of Indian tribes and Alaska Native villages as distinct cultural and governmental entities. Further, the BIE is to manifest consideration of the whole person by taking into account the spiritual, mental, physical, and cultural aspects of the individual within his or her family and tribal or village context.

SSIS is a K¿12 school servicing the educational needs of the St. Stephens community. SSIS is a day-school located 10 miles south of Riverton, Wyoming in Saint Stephens, Wyoming. The school serves approximately 250 Native American students. Students are mostly from the Northern Arapahoe and Eastern Shoshone Tribes; however, there are students from other federally recognized Tribes. 100% of the student population is Native American.

Interest parties are requested to provide their UEI number for verification of inclusion in the System for Award Management (SAM). Any interest and qualified sources are requested to provide a brief capabilities statement and letter of interest to Mary Jane Johnson vie email [email protected]. To be considered in the research, please provide the information above no later than 12:00 P.M. on Monday, September 12, 2022, Mountain Daylight Time (MDT).

  • Original Set Aside:
  • Product Service Code: S214 – HOUSEKEEPING- CARPET LAYING/CLEANING
  • NAICS Code: 561320 – Temporary Help Services
  • Place of Performance:

Full details via beta.sam.gov

SOURCES SOUGHT: S222–SHARPS MEDICAL WASTE DISPOSAL SERVICE FOR BOISE VAMC

Sharps Medical Waste Disposal Services. This will be SDVOSB Set-Aside. The service location is The Department of Veterans Affairs, Boise VA Medical Center, 500 West Fort Street, Boise, ID and it s satellite Community Based Outpatient Clinics (CBOC). The awarded contractor will: Conduct Sharps Medical Waste disposal services for medical waste such as hypodermic needles, syringes and scalpel blades disposal services and will not include any hazardous waste, radioactive waste or pharmaceuticals. This will be awarded through a firm fixed price contract. This procurement will be set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). Be advised there is no solicitation at this time, and this is not a request for quote. The purpose of this notice is to obtain information regarding the availability of capable or qualified SDVOSB/VOSB sources to perform this potential requirement.

  • Original Set Aside: 
  • Product Service Code: S222 – HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: Boise VAMC 500 West Fort Street Boise , ID 83702

Full details via beta.sam.gov

SOURCES SOUGHT: S207–Pest Control Service (Loma Linda VA Health Care System and Loma Linda VA Ambulatory Care Center)

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.

Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

Network Contract Office (NCO) 22 is seeking a qualified vendor to provide Integrated Pest Control Services for the Loma Linda VA Health Care System (LLVAHCS) at 11201 Benton Street, Loma Linda, CA and the Loma Linda VA Ambulatory Care Center (ACC) located at 26001 Redlands Blvd., Redlands, CA. The contractor shall provide all labor, supplies, materials, and travel to meet the needs of this solicitation. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement of the capabilities stated below: DRAFT STATEMENT OF WORK DRAFT Contract Title. Integrated Pest Control Service Agreement (Loma Linda VA Health Care System and Loma Linda VA Ambulatory Care Center). Background. Contractor shall furnish all labor, equipment, supervision, management, supplies, transportation, and equipment necessary to perform contractor owned/contractor operated commercial pest, insect and rodent control services required under this contract for the Loma Linda VA Health Care System (LLVAHCS), located at 11201 Benton Street, Loma Linda, CA, and the Loma Linda VA Ambulatory Care Center (ACC) located at 26001 Redlands, Blvd., Redlands, CA for the development and implementation of a comprehensive Integrated Pest Management Program (IPM). All services are to be performed in accordance with standard industry practices and quality control measures.

The pesticide formulations used shall be United States Environmental Protection Agency (EPA) certified and approved for use in the manner applied, and must comply with Federal, State, and Local regulations. The Contractor shall be knowledgeable and certified to apply, maintain, and mix pesticide formulations in accordance with all Federal, State, and Local regulations. All pest management services throughout the period of this contract shall be performed at the Loma Linda VA Health Care System (LLVAHCS) main campus and the Loma Linda VA Ambulatory Care Center (ACC). Together, they comprise approximately 1,020,000 square feet of building space. Services are required daily Monday through Friday for regular service, and possibly Saturday and Sunday for emergent service. LLVAHCS is required to provide 24-hour support operations essential to patient care. Contractor services turn-around shall be performed accordingly to support the LLVAHCS operations, this includes both a regular spraying schedule during normal business hours, and no later than 24 hours after receiving notice for emergent situations. The contractor shall be flexible to provide services Monday through Sunday (excluding Federal Holidays) to prevent any delay in patient care, and or to address urgent services that require immediate attention that could pose a safety or health risk. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request.

This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated.

The North American Classification System (NAICS) code for this acquisition is 561710, Exterminating and Pest Control Services. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors must submit information by e-mail to [email protected].

All information submissions should be received no later than 3:30 pm Arizona Time on July 1, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.

  • Original Set Aside: 
  • Product Service Code: S207 – HOUSEKEEPING- INSECT/RODENT CONTROL
  • NAICS Code: 561710 – Exterminating and Pest Control Services
  • Place of Performance: Loma Linda VA Health Care System 11201 Benton Street, Loma Linda, CA , 92357
    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