SOURCES SOUGHT NOTICE
Sources Sought Notice Portable Toilets and Handwashing Stations for the Department of Public Works (DPW)
Reference Number – W911SD26Q1B3K
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Portable Toilets, and Handwashing stations for the Department of Public Works at the United States Military Academy - West Point, NY on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. 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 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 sources 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 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: 562991, Septic Tank and Related Services with a size standard of $9 million.
A continuing need is anticipated for portable toilets and handwashing stations at the United States Military Academy - West Point, NY. Please view the requirement below.
Requirement
The Contractor is to provide various portable toilets and handwashing stations for various purposes at the United States Military Academy. The basic items
covered under this Blanket Purchase Agreement (BPA) are as follows:
Placement
• Deliver and set up units for each order within the scheduled supplied by COR/ACOR.
• Affix a waterproof service log; annotate each cleaning.
• Assign a unique ID to each unit.
• Level units; avoid obstructing traffic, utilities, or sprinkler heads.
• Coordinate the exact location with COR.
Routine Servicing
• Clean inside/out, empty waste tank, sanitize, restock water, chemicals, toilet paper, soap, sanitizer, paper towels.
• Provide all consumables.
• If below standard, re-service at no charge.
Emergency Servicing
• All emergency service requests shall be acknowledged and addressed within 24 hours of notification, including weekends and Federal holidays.
Replacement
•Replace unsanitary, unsafe, or damaged units within 24 hours at no charge. Secure hand-washing units against severe weather.
Relocation
• Relocate units upon direction by COR and/ or as per each order.
Stand-By CLIN
• Remain on standby for up to five hours at a government-directed location for immediate call-out.
Cadet Summer Training Support
• Follow a government-provided schedule of quantities, locations, and service intervals.
• Remove all units within two weeks after period of performance.
• Attend a pre-training conference if requested.
• Submit one consolidated invoice after completion.
Removal of Units
• All units delivered under a task order shall begin removal from USMA property by close of business on the first Government workday following the task order’s period of performance. Removal of units will be completed within 1 week. If the end date falls on a weekend or holiday, removal may start by COB on the next scheduled Government workday. Any exception (e.g., large-quantity orders) must be approved in writing by the COR in advance.
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 item 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, Shawn Valastro, at shawn.m.valastro.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.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.