Hawaii Bids > Bid Detail

Oahu Latrines

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159618964694471
Posted Date: Jan 23, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/96368c864f...
Follow
Oahu Latrines
Active
Contract Opportunity
Notice ID
W912CN-24-Q-0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-OO
Sub Command 3
413TH CSB
Office
0413 AQ HQ RCO-HI
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-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Jan 23, 2024 01:23 pm HST
  • Original Published Date: Dec 19, 2023 12:31 pm HST
  • Updated Response Date: Feb 02, 2024 04:00 pm HST
  • Original Response Date: Jan 02, 2024 04:00 pm HST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 02, 2024
  • Original Inactive Date: Jan 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562991 - Septic Tank and Related Services
  • Place of Performance:
    Wheeler Army Airfield , HI 96854
    USA
Description View Changes

1/23/2024 - Amendment 3



Deadline date for responses has been changed from 19 January 2024 to 2 February 2024.



1/4/2024 - Amendment 2



Description revised. Additional Information and Submission Details (Capabilities Statement) - Deadline date for responses has been changed from 2 January 2024 to 19 January 2024.



Attachment added. Sources-Sought-Tech-Description-Services Oahu Latrines - DRAFT PWS Attachment 1 Rev1.pdf - Section 3.7 revised.



12/27/2023 - Amendment 1



Attachment added. Sources Sought Request for Information (RFI) log added to Notice ID W912CN-24-Q-0006. Attachment provides interested vendors questions with government responses.





SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION



The 413th Contracting Support Brigade, Regional Contracting Office – Hawaii is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the long term and short term leasing of Portable Chemical Latrines and Portable Hand Washing Stations on the island of Oahu, Hawaii. The intention is to procure these services on a competitive basis.





BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





PLACE OF PERFORMANCE

Location: 100% On-Site Government / 0% Off-Site Contractor



Areas: Schofield Barracks, East Range, Wheeler Army Air Field, Fort Shafter, Kahuku Training Area, Field Station Kunia, Makua Training Area, Aliamanu Military Reservation, and Pililaau Army Recreation Center on the Island of Oahu, Hawaii.



DISCLAIMER

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”





PROGRAM BACKGROUND

The Directorate of Public Works (DPW) is designated to provide portable chemical latrine and hand wash station services to various location on the island of Oahu to support the Army and improve the quality of Hawaii’s Military community and enhance War Fighter readiness and well-being.



REQUIRED CAPABILITIES

The Contractor shall provide long term and short term leasing of Portable Chemical Latrines and Portable Hand Washing Stations in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).





If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.





ELIGIBILITY

The applicable NAICS code for this requirement is 562991 with a Small Business Size Standard of $7,500,000. The Product Service Code is S205. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

A draft Performance Work Statement (PWS) attached for review. (Attachment 1)





Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4 pm, Hawaiian Standard Time (HST), 2 February 2024. All responses under this Sources Sought Notice must be e-mailed to kyle.m.tanaka.civ@army.mil



This documentation must address at a minimum the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement?

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a (1) Base year and (4) option years with performance commencing in May 2024 Specifics regarding the number of option periods will be provided in the solicitation.





The contract type is anticipated to be Firm-Fixed Priced IDIQ.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kyle Tanaka, in either Microsoft Word or Portable Document Format (PDF), via email kyle.m.tanaka.civ@army.mil.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.





All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTING 536 PALM CIRCLE DR BLDG T 122
  • FORT SHAFTER , HI 96858-5025
  • 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 >