THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure
Solid Waste/Recycling Processing Management Services on a competitive 8(a)
Business Development Programs set-aside basis, provided 2 or more qualified 8(a)
participants respond to this sources sought notice with information sufficient to support
an 8(a) set-aside. Be advised that the U.S. Government will not be able to set aside
this requirement if 2 or more 8(a) Business Development Programs do not respond with
information to support the set-aside. We encourage all 8(a) Business Development
Programs, 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 Government wide Point of Entry. It
is the responsibility of potential offerers to monitor the Government wide Point of Entry
for additional information pertaining to this requirement. The anticipated NAICS
code(s) is: 562920 Materials Recovery Facilities. The size standard is $25M.
A continuing need is anticipated for the Solid Waste/Recycling Processing
Management Services requirement which is currently being fulfilled through current
contract # W9124M-22-C-0004. The U.S. Government desires to procure Solid Waste/
Recycling Processing Management Services on a competitive 8(a) Business
Development Programs set-aside basis. We encourage all 8(a) Business Development
Programs to identify their capabilities in meeting the requirement at a fair market price.
Attached are the draft Performance Work Statement (PWS) and Performance
Requirements Summary (PRS).
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 8(a), 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 service 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 Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015,
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
https://beta.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 services.