Description
The intent of this Sources Sought is to identify businesses interested in work in the country of Turkey that will consist primarily of removal, transportation, storage, characterization, treatment, disposal, and recycling or recovery of RCRA Hazardous wastes, non-RCRA wastes, Batteries, Corrosive waste, Compressed Gas Cylinders, Flammable waste, Demil-required waste, State-Regulated waste, Non-Hazardous Waste, Polychlorinated Biphenyls (PCBs), AFFF and other PFAS-related waste, Mandatory Recycling waste, Reactive waste, and Toxic waste. This waste is generated at United States (U.S.) Department of War (DoW) installations located in Turkey. In addition, special services will be required such as sampling and analysis, industrial cleaning services, lab packs/loose packs, roll-off box rentals, vacuum box rentals, and expedited removals and performance. All services necessary for the collection, storage, processing, removal, transportation, final treatment and disposal of waste shall be in accordance with all local, state, Department of Defense, and Federal requirements. The U.S. Government intends to solicit and award a Firm-Fixed Priced (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), type contract. The contract is anticipated to have a 30-month base period and one 30-month option period. The North American Industry Classification Standard (NAICS) Code is 562211 (Hazardous Waste Treatment and Disposal). The size standard of this NAICS code is $47.5M. There is no solicitation available at this time; however, attached is a DRAFT Performance Work Statement (PWS) and Draft CLIN list that firms responding to this Sources Sought should use to help determine if they would be able to meet the needs of this contract. Contractors are reminded that this is a NOT a request for proposals. There is no solicitation available at this time. A solicitation will be posted at a future date here on SAM.gov SUBMISSION REQUIREMENTS: Interested firms must submit a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, at a minimum, the following: (1) Company Profile to include number of employees, office location(s), CAGE Code, and a statement identifying any applicable small business category and current status of any applicable small business classification. (2) Relevant Experience within the last five years, including contract number(s), Government/Agency or firm point of contact (POC), and current telephone number for the POC. Identify if you were a subcontractor and the work you actually performed as the sub-contractor. (3) A listing of TSDFs your firm would use during the performance of this contract. Company sales brochures or marketing packages will not be considered. A response to this Sources Sought will not be considered an adequate response to any forthcoming solicitation announcement. The U.S. Government WILL …
Classification
Contracting Office
Contacts
Attachments (2)