Description
This is a Sources Sought Synopsis / Request for Information (RFI). This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS RFI. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Responses to this RFI will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis. The purpose of this RFI is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Economically Disadvantaged Women-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The U.S. Army Corps of Engineers, San Francisco District is seeking sources for Market Research to support the services listed below for NAICS Code is 562991 Septic Tank and Related Services. The small business size standard for this NAICS is $9 million, and the Project Service Code is S222 – Housekeeping- Waste Treatment/Storage. Interested parties are sought to provide Marine Sewage Pumping Services and floating Restrooms pumping service for Warm Springs Dam/Lake Sonoma located at Geyserville, California. The contractor shall provide operation, sanitary services (i.e. pumping, emptying of the storage tanks. Disposal of waste shall be done at a State of California or County approved dump area location and shall be in accordance with the applicable State and County sanitation regulations. The Period of Performance is anticipated to be 1 Base Year and 4 Option years.Anticipated solicitation issuance date is on or around late May 2026. An official synopsis citing the solicitation number will be issued on the Government-Wide Point of Entry and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Potential Offerors having the skills and capabilities necessary to perform the described services are invited to provide feedback. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE 1.Point of Contact name, email address, and phone number. 2.CAGE Code and UEI number. 3.In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. 4.Statement of Capability (SOC) - Send a statement demonstrating skills, equipment, and personnel required to perform the specified t…
Classification
Contracting Office
Contacts
Attachments (3)