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: 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