South Dakota Bids > Bid Detail

Refuse Collection Service

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159237951906880
Posted Date: Jan 24, 2023
Due Date: Feb 6, 2023
Solicitation No: FA469023CRefuse
Source: https://sam.gov/opp/bafb3b4f75...
Follow
Refuse Collection Service
Active
Contract Opportunity
Notice ID
FA469023CRefuse
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4690 28 CONS PKC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 24, 2023 08:56 am MST
  • Original Response Date: Feb 06, 2023 02:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    Ellsworth AFB , SD 57706
    USA
Description

SOURCES SOUGHT SYNOPSIS



This is a Sources Sought Synopsis (SSS) for market research purposes issued at Ellsworth Air Force Base (EAFB). The purpose of this SSS is to determine if there are any businesses capable and interested in performing this effort.



This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. There is no solicitation available at this time. Requests for a solicitation will not receive a response. The Air Force is determining the best economical way to procure this requirement.



Disclaimer:

This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS does not commit the Government to contract for any service whatsoever. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS.

Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release.





Purpose:



The information received will be utilized by the Air Force in developing its acquisition strategy. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS; should proprietary information be submitted, it should be marked “PROPRIETARY,” and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified.

The information in this notice is based on current information available. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically. Responses to this SSS may or may not be returned. Not responding to this SSS does not preclude participation in any future solicitation, if one if issued.

ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.SAM.gov or by calling 1-866-606-8220.



Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer listed below for resolution. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to email the AFRL Ombudsman, Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.''



Interested persons may identify their interest and capability by responding to the SSS. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government.

The proposed acquisition is expected to be a Firm Fixed Price (FFP) requirements type contract for a total of five (5) years (Period of Performance September 2023 – 2028) using FAR Part 13 and FAR 19 contracting procedures. This requirement is in the 8(a) program. The Contractor shall provide all personnel, supervision, contract management, equipment and services necessary to perform refuse services to, its operating locations at Air Force Global Strike Command, Ellsworth Air Force Base (EAFB), Rapid City, South Dakota (SD) site as defined in this Performance Work Statement (PWS). The Contractor shall perform to the standards in this contract. Contractor tasks include contract management, administration, collection, and disposal of waste at Ellsworth AFB, SD.



Program Requirements:



Noun – Refuse Collection Services



NSNs – N/A



Application – On Site support at Ellsworth AFB, SD 57706



NAICS – 562111



Required Information:



The focus of this Sources Sought Synopsis is to waste pick up and removal services for Civil Engineering located at Ellsworth AFB for the United States Air Force. Interested sources must have the ability to perform all functions stated within the PWS.



Response submittals should be limited to ten pages and provide the following information for your company and for any teaming or joint venture partners:



a) Name of company/Address



b) CAGE Code



c) Unique Entity Identifier



d) Point of contact



e) Phone number



f) Email address



g) Web page URL



h) Size of Business (i.e. Small Disadvantaged Business, 8(a) concern, Minority-Owned Business), size relative to NAICS code 562111 (Small Business size standard $47M)



i) U.S. Owned entity



Capabilities:




  1. Provide your company’s past experience on previous efforts similar in complexity to this requirement. Include Government contract history, including contract numbers, a brief description of the work performed, period of performance, agency/organization supported and individual point of contact (Contracting Officer or Program Manager).

  2. Documentation regarding capabilities and qualifications for Refuse Collection Services listed in the PWS.

  3. Rough Order of Magnitude (ROM) estimate the performance period stated in the SSS

  4. Provide a brief description of your Quality Management Control Program

  5. The Government is contemplating a minimum phase-in time of 7 days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on?



6 page, one sided, maximum! Respond (along with any supporting documentation) directly to:



Amanda.McGovern.1@us.af.mil



Primary Point of Contact:



Amanda M. McGovern



Contracting Specialist



Phone: 605-385-1749








Attachments/Links
Contact Information
Contracting Office Address
  • CP 605 385 1746 1000 ELLSWORTH ST STE 1200
  • ELLSWORTH AFB , SD 57706-4947
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 24, 2023 08:56 am MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >