Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2025 SAM #8643
SOURCES SOUGHT

S -- Nonhazardous Waste Disposal/Recycling

Notice Date
7/24/2025 12:54:51 PM
 
Notice Type
Sources Sought
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
0413 AQ HQ RCO-HI FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN25QTR01
 
Response Due
8/11/2025 7:00:00 PM
 
Archive Date
08/26/2025
 
Point of Contact
Tyler Rogers, Phone: 8087878892
 
E-Mail Address
tyler.d.rogers2.civ@army.mil
(tyler.d.rogers2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES The 413th Contracting Support Brigade, Regional Contracting Office � Hawaii 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 a comprehensive solution for the safe and compliant management of non-hazardous Petroleum, Oil, and Lubricant (POL) wastes products on the Island of Oahu. This includes testing to determine appropriate handling, removal from various locations, and environmentally responsible disposal or recycling in the State of Hawaii. 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 Location: 100% On-Site Government / 0% Off-Site Contractor Areas: Fort Shafter, Schofield Barracks, and Wheeler Army Airfield (WAAF) on the Island of Oahu, Hawaii. *If deemed necessary by the Government, other sites, facilities, and/or locations may be added to support mission requirements. 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 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 Directorate of Public Works (DPW), is designated to provide the pick up, testing, and disposal or recycling of nonhazardous POL waste products at the following locations: Fort Shafter, Schofield Barracks, Wheeler Army Airfield (WAAF), Helemano Military Reservation (HMR), Aliamanu Military Reservation (AMR) on the Island of Oahu to support the Army�s war fighter and improve mission readiness. If deemed necessary by the Government, other sites, facilities, and/or locations may be added to support mission requirements. REQUIRED CAPABILITIES The Contractor shall provide Contractor shall provide all equipment, labor, supervision, materials, tools, and transportation necessary to test, pick up and dispose of nonhazardous POL products on the Island of Oahu, Hawaii. Disposal and/or recycling services shall be performed in accordance with U.S. Environmental Agency (EPA), Hawaii Department of Health (HDOH), Department of Transportation (DOT), Defense, Reutilization and Marketing Office (DRMO), Occupational Safety and Health Administration (OSHA), Federal, State, and local laws, regulations and ordinances. Services in support of the areas specified in Program Background (above). Further details are provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform this contract services, please provide the following information: 1) Organization name, address, email address, website 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 562219 Nonhazardous Waste Treatment and Disposal Facilities, with a Size Standard of $47M. The Product Service Code is S299 Housekeeping-Other. 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) and draft Technical Exhibit are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 points. The deadline for response to this request is no later than 4 pm, Hawaiian Standard Time (HST), 11 Aug 2025. All responses under this Sources Sought Notice must be e-mailed to tyler.d.rogers2.civ@army.mil 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. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a Base year and (4) option years with performance commencing in Nov 2025. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm-Fixed Priced IDIQ. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Contract Specialist, Tyler Rogers, in either Microsoft Word or Portable Document Format (PDF), via email tyler.d.rogers2.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. All questions must be submitted to the contract specialist identified above. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a031e75f19445279eca705a08acda68/view)
 
Place of Performance
Address: Schofield Barracks, HI 96857, USA
Zip Code: 96857
Country: USA
 
Record
SN07523881-F 20250726/250724230056 (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.