South Carolina Bids > Bid Detail

Portable Chemical Toilets

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159776186275400
Posted Date: Oct 13, 2022
Due Date: Oct 19, 2022
Solicitation No: W9124C23R0006
Source: https://sam.gov/opp/ffaf771495...
Follow
Portable Chemical Toilets
Active
Contract Opportunity
Notice ID
W9124C23R0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FT JACKSON
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: Oct 13, 2022 02:51 pm EDT
  • Original Response Date: Oct 19, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W085 - LEASE OR RENTAL OF EQUIPMENT- TOILETRIES
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Columbia , SC 29207
    USA
Description

SOURCES SOUGHT FOR SERVICES NOTICE



INTRODUCTION



A sources sought was previously issued for this requirement last November under W9124C22R0002. Previous responders are encouraged to submit a new response.



Additionally, the Government anticipates issuing solicitation W9124C-23-R-0006 as a Request for Proposal (RFP) using the procedures outlined in Federal Acquisition Regulation (FAR) Part 12 and 13.



The RFP is anticipated to be available electronically on SAM.GOV Website on or about 24 October 2022.



The Mission and Installation Contracting Command, Fort Jackson, South Carolina is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for placement and cleaning portable chemical toilets. The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and 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 their submissions.



PLACE OF PERFORMANCE



The work to be performed under this contract will be performed at various locations on Fort Jackson.



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



The Mission and Installation Contracting Command Fort Jackson has a requirement to procure Placement and Cleaning of Portable Chemical Toilets and Hand Sanitizing Stations. The requirement consist of furnishing and maintaining 845 single seat, portable chemical toilets (844 regular and 1 handicap toilets) to be placed at permanent locations throughout Fort Jackson. The Contractor shall also make an additional 120 portable chemical toilets, 10 handicap toilets, and 20 portable hand sanitizing stations available that may be placed as required at temporary locations for short terms throughout the installation. Additionally, the contractor shall be required to empty 3 pit latrines. Each contractor furnished portable toilet, portable hand sanitizing station, and pit latrine shall be serviced (see definition) and maintained in strict accordance with the terms and conditions of this contract. Each contractor furnished chemical toilet placed at an established permanent site shall have an attached sign in roster enabling the means to record the date and time of service completed; as well as signature of the servicing driver. Each portable chemical toilet shall be completely closed, well ventilated, contain a single seat chemical toilet and storage tank, toilet tissue, toilet tissue holder, toilet seat, urinal, door, and latch. Each chemical toilet when placed will seat level and the door will latch and close tightly.



REQUIRED CAPABILITIES



The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the placement and cleaning of Portable Chemical Toilets in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).



If your organization has the potential capacity to perform these contract services, please provide the following information:



1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and



2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to:



1) Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated;



2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;



3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and



4) Provide services under a performance based service acquisition contract.



ELIGIBILITY



The applicable NAICS code for this requirement is 562991, Septic Tank and Related Services with a Small Business Size Standard of $8M. The Product Service Code is W085, Lease or Rental of Equipment-Toiletries. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



A draft Performance Work Statement (PWS) is attached.



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Arial font of not less than 12 pitch. The deadline for response to this request is no later than 2 pm, EST, 19 October 2022. All responses under this Sources Sought Notice must be e-mailed to Roger Miller at roger.d.miller.civ@army.mil.



All questions must be submitted to the Contract Specialist, Roger Miller via email roger.d.miller.civ@army.mil no later than 17 October 2022, 10:00 am Eastern Standard Time (EST). The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.



6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



It is anticipated that this requirement will be awarded as a firm fixed-price contract. The anticipated period of performance will be 1 December 2022 – 29 November 2027, resulting in a twelve (12) month base year, and four (4) twelve (12) month option periods.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Roger Miller, in either Microsoft Word or Portable Document Format (PDF), via email roger.d.miller.civ@army.mil.



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.



No phone calls will be accepted.



For additional information, contact Contract Specialist, Roger Miller by email at roger.d.miller.civ@army.mil and the Contracting Officer, Scott Bertacini by email at scott.r.bertacini.civ@army.mil. Interested parties should access SAM.GOV for solicitation, associated documents, and solicitation amendments. Contractors will not be directly notified of any postings, by contracting office personnel.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 4340 MAGRUDER ST FT JACKSON
  • COLUMBIA , SC 29207-5490
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 13, 2022 02:51 pm 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 >