DISCLAIMER
“This Sources Sought is for information 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 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. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ), 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 information pertaining to this requirement.”
INTRODUCTION
The U.S Army Corps of Engineers (USACE), Seattle District, 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 Chief Joseph Dam (CJD) Sewer and Vault Pumping Services (Base plus 4 Option Years). The solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information.
The applicable NAICS code for this requirement is 562991 – Septic Tank & Related Services with a Small Business Size Standard of $9M. The Product Service Code is J079 - Maintenance / Repair / Rebuild of Equipment – Cleaning Equipment and Supplies. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.
The estimated period of performance consists of a Base plus 4 option years, with performance commencing on July 20, 2025. Specifics regarding the number of option periods will be provided in the solicitation.
The contract type is anticipated to be Firm Fixed Price.
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.
REQUIRED CAPABILITIES: The Contractor shall remove outhouse waste by pumping CJD managed vault toilets, septic, septic/holding tanks and portable toilets in several locations. Further detail is provided in the Performance Work Statement (PWS) attached to this announcement (Attachment 1). In addition to the PWS, the 1) Estimated Pumping Frequency Chart, 2) Vault Toilet Area Map, and 3) Septic Tank Pumping Map will be included as well.
Interested Firms: All interested parties who believe they can meet the requirements are invited to submit, in writing, detailed information describing their interest and ability to meet all requirements requested in this document, the PWS, and associated documents. Prior Government contract work is not required for submitting a response to this announcement.
- Firm’s Name, Address, Point of Contact, Phone Number, and Email Address.
- CAGE Code and Unique Entity ID (UEI) Number.
- Business Classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other than Small Business (Large Business).
- Must be actively registered in System for Award Management (SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts.
The requirements mentioned in this Sources Sought are basic and can change depending on a variety of factors but should cover most expectations. Further details will be added when the official solicitation is posted.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Della S. Overton, in either Microsoft Word or Portable Document Format (PDF), via email at della.s.overton@usace.army.mil.
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.
Submit responses as soon as practical, but no later than 1200 PDT, 16 May 2025.