Maine Bids > Bid Detail

The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform environmental services at Portsmouth Naval Shipyard, Kittery, Maine and other Areas of Responsibility (AOR).

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159447257350533
Posted Date: Sep 21, 2023
Due Date: Oct 2, 2023
Source: https://sam.gov/opp/6f176074f5...
Follow
The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform environmental services at Portsmouth Naval Shipyard, Kittery, Maine and other Areas of Responsibility (AOR).
Active
Contract Opportunity
Notice ID
N4008523R2898
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 21, 2023 08:47 am EDT
  • Original Response Date: Oct 02, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562112 - Hazardous Waste Collection
  • Place of Performance:
    Kittery , ME
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.



Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.



A Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform environmental services at Portsmouth Naval Shipyard, Kittery, Maine and other Areas of Responsibility (AOR); Newport, RI., New London, CT., Springfield, MA., Portsmouth, NH., Concord, NH., Brunswick, ME., Winter Harbor, ME., Cutler, ME.



General Work Requirements:



The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform environmental services at Portsmouth Naval Shipyard, Kittery, Maine and other Areas of Responsibility (AOR); Newport, RI., New London, CT., Springfield, MA., Portsmouth, NH., Concord, NH., Brunswick, ME., Winter Harbor, ME., Cutler, ME required to:



1800000 C - Environmental



The intent of 1800000 C Environmental is to specify the requirements related to the transportation, discarding, and disposal of hazardous material, hazardous waste and other regulated waste.



All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 562112, size standard $47.0 million.



It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:



(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.



Size: The Offeror shall demonstrate the required experience totaling at least $3M, either on one contract or collectively over multiple contracts, over the past five years.



Scope: The Offeror must have provided all labor, supervision, tools, material, and equipment required to perform Hazardous Waste Transportation and Disposal Services as described in the Performance Work Statement (PWS).



Complexity: The Offeror must have been responsible for responding simultaneously to requirements for several customers or installations.



(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.



(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.



The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.



Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to melinda.l.robinson12.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 02 October 2023 . Questions regarding this sources sought notice may be emailed to Melinda Robinson at melinda.l.robinson12.civ@us.navy.mil or via telephone at (757) 341-0690.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 21, 2023 08:47 am EDTSources 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 >