Maryland Bids > Bid Detail

De-Icing Fluid Recovery Services

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159189451371222
Posted Date: Mar 11, 2024
Due Date: Mar 15, 2024
Source: https://sam.gov/opp/58a675d9ca...
Follow
De-Icing Fluid Recovery Services
Active
Contract Opportunity
Notice ID
FA286024Q4006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE DISTRICT OF WASHINGTON
Office
FA2860 316 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 11, 2024 09:09 am EDT
  • Original Published Date: Mar 05, 2024 02:25 pm EST
  • Updated Response Date: Mar 15, 2024 05:00 pm EDT
  • Original Response Date: Mar 13, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 30, 2024
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562119 - Other Waste Collection
  • Place of Performance:
    JB Andrews , MD 20762
    USA
Description View Changes

***** Update: If there are special characters and incomplete words when you view the text of this post, please ignore them. These are caused by the system and cannot be edited. Please reach out to the POCs if you have any additional questions.



The response deadline will be extended to Friday, March 15th to provide additional time due to the confusion.



*****




  1. SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.





Andrews Air Force Base anticipates a requirement that is being considered a full and open competition program. The North American Industry Classification Systems (NAICS) Code proposed is 562119. The size standard is $47.0 million dollars.





The purpose of this procurement is to acquire services to perform Aircraft Deicing Fluid Recovery Services for the 459 ARW at Joint Base Andrews as defined in the attached Performance Work Statement (PWS).





Reponses to this Sources Sought request should reference “De-Icing Fluid Recovery Services" and shall include the following information in this format:





1. Company name, address, point of contact name, phone number, fax number and email address.

2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.

3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.

4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.

5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.

If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.



NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.





All responses to this notice are to be submitted by 5:00 PM Eastern Standard Time, on 13 March 2024. Responses will be accepted via electronic means only to janet.benitez@us.af.mil and alexis.huggins@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >