SOURCES SOUGHT
F -- Emergency Spill and Remediation Services
- Notice Date
- 3/12/2007
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8601-07-R-0020
- Response Due
- 4/16/2007
- Archive Date
- 5/1/2007
- Description
- Sources Sought Notice: FA8601-07-R-0020 This sources sought notice is in support of the 88 Air Base Wing Environmental Management Office initiatives. This Sources Sought is being conducted by the 88 Contracting Squadron (88 CONS/PKPB). The scope of this effort is to determine potential sources capable of providing routine and timely response to emergency situations requiring environmental spill response and remediation services beyond capabilities of the 88 Air Base Wing Office of Environmental Management (88ABW/CEVY) office at Wright Patterson (WPAFB) and to ensure compliance with all local, state and federal regulations. All response and services performed under this contract will comply with all federal, state, local, Air Force and Wright Patterson Air Force Base laws and regulations. This is a Sources Sought Notice and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government?s use of such information. The information obtained from industry?s response to this notice may be used in the development of an acquisition strategy and future RFP. The Government is contemplating a period of performance for this contract of one year with four one-year options, which may be exercised extending the period of performance. The applicable North American Industry Classification System (NAICS) is 562910 (Remediation Services). Response situations for this effort shall include but are not limited to: Polychlorinated biphenyls (PCB) containment/spill cleanup, hazardous waste removal actions, hazardous material containment/spill cleanup, soil excavation/disposal, removal of aboveground and underground storage tanks, tank pumping and disposal, provisions for installing temporary holding tanks, drilling services and monitoring well installation, disaster response including aircraft crashes, environmental modeling, biological assessments, biohazard material cleanup and disposal, disposal of hazardous and non-hazardous waste, and sampling and analysis of samples. Spill response for emergency situations shall begin within 90 minutes of notification by the Contracting Officer (CO) or the CO?s designated technical representative at WPAFB and/or in the immediate vicinity of WPAFB. The government seeks industry input to determine if this acquisition should be a total set-aside to small businesses under the auspice of the Federal Acquisition Regulation (FAR) Part 19. Responses to this notice will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a set-aside under a small business set-aside or 8(a) procedures. The statement of capability shall provide a brief introduction into the company, including CAGE Code, business size and include a description of relevant contract experience offered to the Government and to commercial customers. Along with a description of relevant contract experience, include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company?s web page, if applicable). Submitted information shall be UNCLASSFIED. A statement must be addressed by respondents addressing relevant technical capabilities as stated in the Draft PWS (PWS.doc). Statement of Capability Evaluation Criteria will be applied by government evaluators as follows: 1) Respond within 90 minutes of notification, having the necessary personnel, equipment and supplies available. 2) Magnitude of projects referenced in past performance & ability to scale up or down 3) The ability to operate a 24 hour day, 7 days a week, 365 days a year emergency service call operation. 4) Company training, safety and quality programs. Again, any information submitted by respondents to this notice is strictly voluntary. The company?s standard format is acceptable; however, please limit responses to no more than 15 pages. The Government will not pay for any information submitted by respondents to this notice request. Contractors who believe they possess the desired expertise and experience should submit a Statement of Capability containing the above reference information to Lois Anderson, Contract Negotiator, at 937-522-4586, e-mail: lois.anderson@wpafb.af.mil or Lynn Jefferies, Contracting Officer, at 937-522-4582, e-mail lynn.jefferies@wpafb.af.mil. Fax number: 937-656-1412. 88 CONS/PKPB, Attn: Lois Anderson, 1940 Allbrook Dr., Area C Building 1, Room 109, Wright-Patterson AFB, OH, 45433-5309. Packages should be submitted no later than 3:00 p.m. DST, 16 April 2007, no facsimile responses will be accepted. All documentation shall become property of the Government. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 1 Megabyte in size and only non-executable attachments such as .doc or .pdf files) as well as any other appropriate network security measures. It is the submitter?s responsibility to verify the package was delivered or e-file was received and can be viewed.
- Place of Performance
- Address: 88 CONS/PKPB, 1940 Allbrook Deive Ste 3, Wright Patterson AFB OH
- Zip Code: 45433-5309
- Country: UNITED STATES
- Zip Code: 45433-5309
- Record
- SN01248991-W 20070314/070312220505 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |