Skip to main content

An official website of the United States government

You have 2 new alerts

Hazmat Containers - Climate Controlled

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 (Updated)
  • Updated Published Date: Jul 22, 2024 04:45 pm EDT
  • Original Published Date: Jul 22, 2024 04:42 pm EDT
  • Updated Response Date: Jul 30, 2024 03:00 pm EDT
  • Original Response Date: Jul 30, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 31, 2024
  • Original Inactive Date: Jul 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4540 - WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 562211 - Hazardous Waste Treatment and Disposal
  • Place of Performance:
    Fort George G Meade , MD 20755
    USA

Description

This is a Sources Sought Notice.  This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) – Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) business development programs, HUBZone, service-disabled veteran-owned, (SDVOSB) woman-owned small business (WOSB), small, disadvantaged business (SDB), economically disadvantaged women owned small business (EDWOSB) are highly encouraged to identify capabilities in meeting the requirements.

MICC – Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified business sources capable of providing and installing climate controlled hazardous waste containers and an official solicitation may or may not follow this posting. If the Government moves forward with a solicitation it will be set-aside for Small Business with a preference given for HubZone and 8(a) vendors.

The Government is seeking direct providers of the containers as well as installation.

Interested vendors are welcome to submit Rough Order of Magnitudes with their capability statements.

See attached Statement of Work. 

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) https://www.sam.gov or sam.gov for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 562211-Hazardous Treatment and Disposal, with a size standard of $47.0M.

Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, David J. Wigtil, at david.j.wigtil.civ@army.mil with a courtesy copy (cc) to David L. Gecewicz, Contracting Officer/Team Lead, at david.l.gecewicz2.civ@army.mil, no later than 30 July 2024 at  3:00 p.m. Eastern Standard Time.

In response to this source sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

The capability packages for this source sought are not a proposal, but rather statements regarding the company’s existing experience in relation to the areas specified above.

No solicitation mailing list will be compiledNo phone calls will be accepted.  Capability packages shall not exceed five (5) pages.

Attachment 1: Current Statement of Work

Contact Information

Contracting Office Address

  • 9410 JACKSON LOOP SUITE 101
  • FORT BELVOIR , VA 22060-5116
  • USA

Primary Point of Contact

Secondary Point of Contact

History