HW FORT RILEY MINOT ND
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 28, 2022 02:44 pm EST
- Original Response Date: Feb 11, 2022 03:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
- NAICS Code:
- 562211 - Hazardous Waste Treatment and Disposal
- Place of Performance: Fort Riley , KS 66442USA
Description
THE INTENT OF THIS SOURCES SOUGHT IS TO IDENTIFY QUALIFIED SMALL BUSINESSES, specifically 8(a), HUBZone, woman-owned, and service-disabled veteran-owned small businesses, for the requirement described below. The intent of this Sources Sought is to identify capable small business that can perform with limitations on subcontracting.
The scope of work will consist of the removal, transportation, and disposal of RCRA hazardous wastes, non-RCRA wastes, State-Regulated wastes, Non-State Regulated wastes, Universal Wastes, Compressed Gases, and Polychlorinated Biphenyls (PCBs) located on or around military installations or within a 50-mile radius of any pickup point listed on this contract in the states of Iowa, Kansas, Missouri, Nebraska, North Dakota, and South Dakota. All services necessary for the collection, storage, processing, removal, transportation, final treatment, and disposal of waste shall be in accordance with all local, state, Department of Defense, and Federal laws and regulations.
FAR 52.52.219-14 Limitations on Subcontracting states the Offeror/Contractor agrees to not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Contractors may be subject to a minimum $500,000 fine if awarded a contract with this clause and don’t meet the requirement. We have identified the majority of RCRA TSDFs (Treatment, Storage, Disposal Facilities) in the industry as large businesses. All TSDFs used during the performance of this contract must be approved and listed on the Qualified Facilities List: (https://www.dla.mil/DispositionServices/Offers/Disposal/HazardousWaste/HazWasteDisposal/)Given that there is a lack of small business ownership of TSDFs and that disposal costs make up a large portion of the contract dollar value, there is a reasonable probability that a small business would pay more than 50% of the cost of the contract to large businesses.
The Government intends to solicit proposals on SAM.GOV and award a Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity Services Contract. The contract is anticipated to have one (1) 30-month Base Period, followed by one (1) 30-month Option period. There is no solicitation available at this time, however, attached are draft copies of the price schedule and PWS to assist firms, who respond to this Sources Sought, determine if they would be able to meet the Limitations on Subcontracting Deviation requirements. Please do not submit pricing when replying to the Sources Sought.
IF YOUR FIRM IS CAPABLE OF PERFORMING THE REQUESTED SERVICES, WITHOUT THE LIMITATIONS ON SUBCONTRACTING, THE CAPABILITIES PACKAGE DETAILED BELOW IS NOT REQUIRED. In accordance with FAR 6.101(a), with certain limited exceptions, contracting officers shall promote and provide for full and open competition in soliciting offers and awarding Government contracts. If your firm would like to respond to this Sources Sought, but is unable to meet the limitations on subcontracting, please email steven.schultz@dla.mil and amy.corder@dla.mil with “SOURCES SOUGHT Riley Minot Regional HW Disposal” in the subject line, stating your firms’ Notification of Interest (a capabilities package is not required).
SUBMISSION REQUIREMENTS: Interested firms must demonstrate their ability to perform the requested services, described above, by submitting a brief capabilities package (no more than three pages in length, single-spaced, 12-point font minimum). This documentation shall identify, at a minimum:
(1) Company name, office location(s), CAGE Code, and a statement identifying small business category and current status of the small business classification.
(2) Relevant experience within the last five years, including any contract number(s), names of individuals responsible for the referenced contracts/projects, and current telephone numbers for those individuals; if you were a subcontractor, identify the work you actually performed as the sub-contractor; and
(3) A statement identifying your firm’s ability to perform in accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2019-O0003).
(4) A listing of TSDFs your firm would use during the performance of this contract, identifying each TSDF as similarly situated or not as your firm.
The submittal package must be emailed to steven.schultz@dla.mil and amy.corder@dla.mil with “SOURCES SOUGHT Riley Minot Regional HW Disposal” in the subject line. The submittal package must be received no later than 3:00 EST on February 11, 2022. LATE RESPONSES WILL NOT BE ACCEPTED.
Upon review of industry response to this Sources Sought, the Government will determine whether a set-aside acquisition is in the Government's best interest. If an unrestricted solicitation is issued, then the Class Deviation 2019-O0003 Limitations on Subcontracting would not apply. All responsible firms, including small businesses, are eligible to submit a proposal in response to an unrestricted solicitation.
A response to this Sources Sought will not be considered an adequate response to any forthcoming solicitation announcement. The Government WILL NOT provide a debriefing on the results of the survey. No reimbursement will be made for any costs associated with providing information in response to this "sources sought" notice or any follow-up information requests. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
Attachments/Links
Contact Information
Contracting Office Address
- DLA DISP SVCSS HAZ CONTRACT 74 NORTH WASHINGTON
- BATTLE CREEK , MI 49037-3092
- USA
Primary Point of Contact
- Steven Karl Schultz
- steven.schultz@dla.mil
- Phone Number 2692615946
Secondary Point of Contact
- Amy Corder
- Amy.Corder@DLA.mil
- Phone Number 2699614096
History
- Apr 20, 2022 01:30 pm EDTCombined Synopsis/Solicitation (Original)
- Feb 26, 2022 11:55 pm ESTSources Sought (Original)