Kentucky Bids > Bid Detail

Resource Conservation Recovery Act (RCRA) Waste and Spill Prevention, Control and Countermeasure (SPCC) Management Support

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159633579188781
Posted Date: Feb 27, 2023
Due Date: Mar 9, 2023
Solicitation No: PANMCC-23-P-0000-002431
Source: https://sam.gov/opp/6c7a62dcb8...
Follow
Resource Conservation Recovery Act (RCRA) Waste and Spill Prevention, Control and Countermeasure (SPCC) Management Support
Active
Contract Opportunity
Notice ID
PANMCC-23-P-0000-002431
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
419TH CSB
Office
W6QM MICC-FT CAMPBELL
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 27, 2023 02:42 pm CST
  • Original Response Date: Mar 09, 2023 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    KY 42223
    USA
Description

SOURCES SOUGHT NOTICE



This is a Sources Sought notice ONLY. The U.S. Government desires to procure a Resource Conservation Recovery Act (RCRA) C & D Waste and Spill Prevention, Control and Countermeasure (SPCC) Management Support) contract at Fort Campbell, KY. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service -Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.



This Sources Sought 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 Sources Sought 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 Sources Sought. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. Submittals will not be returned to the responder. Not responding to this Sources Sought does not preclude participation in any future RFQ, IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 541620 – Environmental Consulting Services, size standard is $16.5M.



Resource Conservation Recovery Act (RCRA) C & D Waste and Spill Prevention, Control and Countermeasure (SPCC) Management Support) contract will provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform RCRA C & D, SPCC Monitoring Support, and Emergency Spill Response Technical Services as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.



In response to this Sources 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.



4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.



5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, scott.d.kukes.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



All questions and correspondence shall also be directed via email only to Mark Bussell at mark.a.bussell3.civ@army.mil on or before 12:00 p.m. (CST), 9 March 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORAET OF CONTRACTIN BLDG 2174 13 INDIANA ST
  • FORT CAMPBELL , KY 42223-5358
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 27, 2023 02:42 pm CSTSources 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 >