Massachusetts Bids > Bid Detail

Wastewater Mercury Pretreatment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159272437120850
Posted Date: Oct 25, 2022
Due Date: Nov 15, 2022
Solicitation No: W911QY-23-R-MERC
Source: https://sam.gov/opp/b7f8c6cd10...
Follow
Wastewater Mercury Pretreatment
Active
Contract Opportunity
Notice ID
W911QY-23-R-MERC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 25, 2022 11:16 am EDT
  • Original Response Date: Nov 15, 2022 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562211 - Hazardous Waste Treatment and Disposal
  • Place of Performance:
    Natick , MA 01760
    USA
Description

The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division (ND), Natick, MA is seeking information to provide services necessary for the operation and maintenance of two wastewater mercury reduction pretreatment systems located at the Army Soldier Systems Center in Natick, MA.





This is not a Solicitation (i.e., Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Army Contracting Command (ACC) will contract for the services contained in the Sources Sought. This Sources Sought is part of a government market research effort to determine the scope of industry experience, capabilities and interest and will be treated as information only. This market survey is for planning purposes only. The NAICS for this requirement is 562111 with a size standard of 41,500,000.00.





Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this Sources Sought are strictly voluntary and no reimbursement will be made by the Government to respondents for information provided in response to this Sources Sought. Responses to this Sources Sought will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the System for Award Management website https://sam.gov/ at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This Sources Sought does not restrict the Government's acquisition approach on a future Solicitation.





DESCRIPTION OF REQUIREMENTS/BACKGROUND:





The US Army is soliciting information from industry to provide services necessary for the operation and maintenance of two wastewater mercury reduction pretreatment systems at the US Army Natick Soldier Systems Center (NSSC), General Greene Avenue (formerly Kansas St.), Natick, MA.





PROJECT DESCRIPTION:



Please provide a brief capabilities statement package (no more than 5 pages in length, single spaced, 10-point minimum font) demonstrating your ability to meet the following requirements:





Contractor shall be responsible for the continuous control, operation, communication, and maintenance of the two mercury reduction pretreatment systems at NSSC (Bldg 3 and Bldg 42) twenty-four hours per day and seven days per week. Maximum down time for either system during a 24-hour period cannot exceed eight hours.





Requirements. See the attached Statement of Work for details on requirements.







Period of Performance: The anticipated period of performance will be a 12 (twelve) month base period followed by 4 (four), 12 (twelve) month option periods. The total anticipated period of performance if all options are exercised is 60 (sixty) months.





ADMINISTRATIVE:





The Government is conducting this market research to identify potential manufacturers/vendors and acquire information on the types and sizes of businesses that will be able to compete on future contracting actions, potential costs, and delivery capabilities.





Any relevant company background/experience, business category, costs, and other information that the company believes demonstrates their value/ability to meet the requirements, should be included. All information and evaluation results will be Controlled Unclassified Information (formerly referred to as For Official Use Only) and used for Government purposes only. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses.





Technical capability statements and any questions shall be submitted to Mr. Brandon Rivett brandon.j.rivett.civ@army.mil and Mr. Shawn Haubner shawn.p.haubner.civ@army.mil by 12:00 PM EST on 15 November 2022. No requests for extensions will be honored. Late responses will not be considered. This notice is for information only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists for this action.





The results of this Sources Sought will be used to determine the method of soliciting this requirement, i.e., 100% set-aside for Small Business, Sole Source, or on an Unrestricted basis.





After review of the submitted Sources Sought, ACC-APG, Natick Contracting Command will release a Combined Synopsis/Solicitation to Industry regarding the acquisition strategy/decision (i.e., Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service-Disabled Veteran-Owned Business Set Aside, Sole Source). It is anticipated that the Combined Synopsis/Solicitation will be posted in November 2022. The resulting Contract will use Firm Fixed Price (FFP) provisions.







Places of Performance: U.S. Army Natick Soldier Systems Center- Natick, MA.





*Required





Please identify:



Company Name *



Company Size *



CAGE Code*



Contact Person’s First & Last Name *



Contact Person’s Email *



Contact Person’s Telephone *


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 25, 2022 11:16 am EDTSources Sought (Original)

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 >