SOURCES SOUGHT
99 -- DLA Disposition Services Potential New Scrap Tire Coverage
- Notice Date
- 5/29/2020 6:49:55 AM
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP451020S1018
- Response Due
- 6/19/2020 11:00:00 AM
- Archive Date
- 07/04/2020
- Point of Contact
- Joe Bednar, Phone: 269-961-7546, Fax: 269-961-4417, Roger Lonoza, Phone: 269-961-5111, Fax: 269-961-4417
- E-Mail Address
-
joe.bednar@dla.mil, roger.lonoza@dla.mil
(joe.bednar@dla.mil, roger.lonoza@dla.mil)
- Description
- The Defense Logistics Agency (DLA) Disposition Services Acquisition Operations Division, Battle Creek, MI is requesting information as detailed below. Request for Information (RFI)/Sources Sought Synopsis: A Request for Information (RFI), in this action also a sources sought,�is a market research tool used to determine the technical approaches, source capabilities and contract type most suitable for the acquisition prior to developing a solicitation. �The intent of this RFI is to identify potential acquisition approaches from both the contracting perspective and the operational perspective that will enable DLA Disposition Services to accomplish the objectives stated herein, with an emphasis on utilizing successful commercial practices to the maximum extent possible.� The overall acquisition objective is to develop an appropriate contract vehicle and performance work statement to allow DLA Disposition Services to recycle or otherwise dispose of a variety of used ground tires from multiple sites within the Continental United States (CONUS). It is anticipated that some tires may be eligible for lawful resale within the same contract coverage, so a combination of a compensated compliant disposition means and a revenue offset means is possible. Other factors in regards to desired capability are as follows: - Geographic coverage for all of the Continental United States (and Alaska and Hawaii if applicable to your firm).� Our current locations are available at https://www.dla.mil/DispositionServices/Contact/FindLocation.aspx. - Approximate volumes and types of tires historically turned in include, but are not limited to, the those shown in Attachment 01.� - Capabilities need to include simultaneous service needs in the broad coverage area, e.g. removals needed in VA, TX, CA and WA all in the same week due to storage limits or other constraints, e.g. regulatory requirements. - Anticipating a standard of ten (10) calendar days to remove upon notice by the Government, given storage limits and regulatory requirements. - Full contractor capability to remove, including all personnel, loading equipment and transportation, is desired but some Government loading equipment may be available on a site-by-site basis.� - Capability to provide trailers or containers for the Government to load for periodic removals is also desired, and has been used historically where economical loads take time to accumulate. - Some tires require demilitarization to required standards so the capability to meet these standards is required, be it on-site if applicable, or at a contracted facility.� The standard is: Mutilation at the removal site may be a 4-inch cut or larger in the sidewall, or a 3/4-inch hole drilled in the sidewall, or the bead cut to render the tire unserviceable. �DLA Disposition Services field sites will require the service contractor to provide additional documentation (as specified in the contract) if mutilation occurs at the contractor�s facility instead of the removal site. - In addition to the above factors, interested firms are encouraged to include the contract type(s), e.g. firm fixed price or other approaches, they believe best meet a requirement of this nature. �� Upon review of industry response to this RFI, the Government will also determine whether a set-aside acquisition is in the Government's best interest. �The Government intends to solicit and award likely a Blanket Purchase Agreement (BPA) or a Firm-Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) Services Contract. �The North American Industry Classification Standard (NAICS) code for this project is 562219.� The size standard for this NAICS code is $41.5M. �NAICS code compliance verification will occur if/when proposals are submitted.� Proposals are not to be submitted at this time.� A response to this RFI will not be considered an adequate response to any forthcoming solicitation announcement, nor will it result in your firm's name being added to a plan holder's list to receive a copy of a solicitation. Contractors are reminded that this is a Request for Information and potential sources, NOT a request for proposals/bids/quotes.� As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.� This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.� There is no solicitation available at this time. SUBMISSION REQUIREMENTS: Interested firms that may be able to meet the potential requirements outlined above are to please �submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. �This documentation shall address, as a minimum, the following: �(1) Company Profile to include number of employees, office location(s), DUNS number and/or Cage Code and as applicable, �information identifying small business classification including any other socioeconomic categories.� Note performance of at least half of the potential work by the firm (together with subcontractors of the same socioeconomic designation) is required to perform if an acquisition is set-aside for that socioeconomic designation. �(2) Relevant experience within the last five years, including any contract numbers, and Government/Agency or commercial firm points of contact (POC) and current email/telephone number for the POC. Also, identify if you were a subcontractor and the work you actually performed as the sub-contractor. Company sales brochures or marketing packages will be considered, but we are most interested in a more specific response which displays the commercial approach and capabilities desired to meet the potential requirement.. The submittal package must be received no later than 2:00 p.m. (EST) on Friday, June 19, 2020.� All submissions must be sent via electronic mail to: joe.bednar@dla.mil and roger.lonoza@dla.mil.� The Government will not provide a debriefing on the results of the RFI, but does plan to fully take into account responses in any procurement action which follows this market research step. All information submitted will be held in a confidential manner and will only be used for the purpose intended. The points of contact provided may be contacted for questions or clarification: Primary Point of Contact: Joe Bednar Contracting Officer Operational Contracting Division DLA Disposition Services Battle Creek, MI Phone: 269-961-7546 Email: joe.bednar@dla.mil Alternate POC: Roger Lonoza Division Chief Procedures Division DLA Disposition Services Battle Creek, MI Phone: 269-961-5111 Email: roger.lonoza@dla.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e2bdad478480405c8be6d2c959f81507/view)
- Place of Performance
- Address: Battle Creek, MI 49037, USA
- Zip Code: 49037
- Country: USA
- Zip Code: 49037
- Record
- SN05675130-F 20200531/200529230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |