Skip to main content

An official website of the United States government

You have 2 new alerts

Catch Basin Services - Fort Devens, MA

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: Jul 16, 2024 08:26 am EDT
  • Original Response Date: Jul 22, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1ND - MAINTENANCE OF SEWAGE AND WASTE FACILITIES
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Devens , MA 01434
    USA

Description

Catch Basin Services – United States Army Garrison (USAG) Fort Devens, MA

INTRODUCTION

The U.S. Army Contracting Command – New Jersey is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Catch Basin Services.

The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for Small Business (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

This is NOT a solicitation for proposals, proposal abstracts or request for quotations. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

The purpose of this notice is to obtain the following information:

(1) The availability and capability of qualified sources;

(2) Whether they are a small or large business relative to their size classification under the North American Industry Classification System (NAICS) Code for the proposed acquisition (562991) with a small business size standard of $9,000,000.00.

The U. S. Army Contracting Command - New Jersey is issuing this Sources Sought Notice in an effort to perform market research to assist in determining the appropriate acquisition strategy for Catch Basin Services to be performed in support of United States Army Garrison (USAG) Fort Devens, in Devens, Massachusetts. The Government anticipates a Firm Fixed Price (FFP) requirements contract as a result of the solicitation to be issued. The expected period of performance is one (1) 6-month base period and four (4) 12-month option periods. The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation and other items and non-personal services necessary to provide Catch Basin Services. The requirements include, but are not limited to, the bi-annual pumping, inspection, servicing, and maintenance of 240 catch basins located on the main cantonment and 46 catch basins located at the 3400 area.

The previous award was made to Clogbusters Underground Technologies, Inc., of Mashpee, Massachusetts, and the total value of the previous contract was $396,060.00.

Attached are DRAFT Performance Work Statement’s (PWS) for planning purposes only. No solicitation documents exist at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this notice and responses to this notice cannot be accepted as offers.

Submittal Requirements:

1) Name of Company; Company Address; Point of Contact, with Name, Phone Number, Email Address, NAICS Code, DUNS Number, CAGE Code, and Socio-Economic Size Status (Large/Small Business/HubZone/8(a)/Woman Owned Small Business/etc.).

2) Provide a listing of three (3) most recent relevant projects your firm has performed. Include contract number, locations, dollar value, period of performance, scope of work, and point of contact.

3) Does your company have the cash flow or resources available to manage a large contract if the Government pays on a monthly basis? Based on the projected workload, how long would the firm be able to sustain payroll, should a delay in payment occur?

4) If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to immediately perform that portion of the requirement upon contract award and your course of action to attain the capability.

5) Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Mitchell Douglas, and Contracting Officer, Jasmyne Peterson, in either Microsoft Word or Portable Document Format (PDF), via email mitchell.e.douglas.civ@army.mil, and jasmyne.c.peterson.civ@army.mil no later than (NLT) 2:00PM Eastern Standard Time (EST) on 22 JULY 2024, and shall reference this synopsis number in the subject line of the e-mail and on all enclosed documents, and shall be no more than seven (7) pages in length. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this sources sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Contact Information

Contracting Office Address

  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History