Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2025 SAM #8494
SOURCES SOUGHT

S -- Grease Traps, Oil Water Separator, Septic Tank Cleaning Services

Notice Date
2/26/2025 6:18:42 PM
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
W6QM MICC-FT BELVOIR FORT BELVOIR VA 22060-5116 USA
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV125SFTMY
 
Response Due
3/6/2025 1:30:00 PM
 
Archive Date
03/21/2025
 
Point of Contact
David J. Wigtil, David Lee Gecewicz, Phone: 7039692757
 
E-Mail Address
david.j.wigtil.civ@army.mil, david.l.gecewicz2.civ@Army.mil
(david.j.wigtil.civ@army.mil, david.l.gecewicz2.civ@Army.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a Sources Sought Notice. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) � Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested Section 8(a) Sole Source businesses capable of providing the requirement. MICC � Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified business sources capable of providing cleaning for grease traps, oil water separators septic tanks, and kitchen grease pickup and an official solicitation may or may not follow this posting. If the Government moves forward with a solicitation it will be set-aside for a Section 8(a) Small Business. This notice 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 notice 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 source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 561790-Other Services to Buildings and Dwellings, with a size standard of $9.0M. Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, David J. Wigtil, at david.j.wigtil.civ@army.mil with a courtesy copy (cc) to David L. Gecewicz, Contracting Officer/Team Lead, at david.l.gecewicz2.civ@army.mil, no later than 06 March 2025 at 4:30 p.m. Eastern Standard Time. In response to this source 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. The capability packages for this source sought are not a proposal, but rather statements regarding the company�s existing experience in relation to the areas specified above. No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages. Attachment 1: Current Performance Work Statement (PWS). Any and all questions shall be submitted to both listed P.O.C. no later than the 3rd of March at 5:00 PM Eastern Standard Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b642efacc692414fa884f516d07ca85f/view)
 
Place of Performance
Address: Fort Myer, VA 22211, USA
Zip Code: 22211
Country: USA
 
Record
SN07354976-F 20250228/250226230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.