Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2015 FBO #4829
SOURCES SOUGHT

B -- Environmental Remediation Services within the Western and Southwestern United States and/or portions of US EPA Regions 6, 8, or 9.

Notice Date
2/11/2015
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-15-T-0005
 
Point of Contact
James E Garror, Phone: 415/ 503-6988, Shirley A. Turnbo, Phone: 415-503-6987
 
E-Mail Address
James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil
(James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Environmental Remediation Services within the Western and Southwestern United States and/or portions of US EPA Regions 6, 8, or 9. 1. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of firms to support collection of data and documentation of superfund support work in EPA Region 9 and cooperating jursidictions. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities necessary to perform the described project are invited to provide feedback via email to James E. Garror at James.E.Garror@usace.army.mil or Shirley.A.Turbo@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The NAICS Code is 562910. The small business size is 500 employees. This project is planned for advertising on or after 26 March. The duration of the project is 5 years (Base plus 4 option years). 2. PROJECT DESCRIPTION These indefinite-delivery, indefinite-quantity environmental remediation services contracts will provide the U.S. Army Corps of Engineers (USACE) the capabilities of supporting a wide variety of services such as planning, support, execution, legal support, and achieving approval for hazard ranking score (HRS) packages. HRS packages are the culmination of the assessment process for sites that proceed to National Priority List (NPL) status. Qualified contractors shall have the experience in HRS and have successfully completed an HRS (through listing) with Region 9 within the last ten years. The work must be accomplished by qualified and experienced professionals. 3. CAPABILITY STATEMENT 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offeror's interest in submitting a proposal on the solicitation when/if it is issued. 3) The submission is limited to ten pages. MANAGEMENT: (a). Resumes of key personnel (two pages maximum for each personnel). This can be part or in addition to the ten-page limitation of the Capability Statement. (b). Offeror's office locations and staffing. TECHNICAL: (a). Offeror's capability to perform or execute HRS packages and complexity and comparable work performed within the past 5 years for EPA Region 9 - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. (b). Identify experience and/or working relationships with regulatory agencies and other stakeholders. 4. BUSINESS SIZE (a) If an 8(a) or small business were to receive an award as prime contractor as a result of any future small business set-aside service solicitation, the small business prime will be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". If your firm is an 8(a) or a small business, provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with this requirement. (b) Identify(Offeror's type of small business and business size ("other than small" business, small business, HUBZone small business, service-disabled veteran-owned small business, veteran-owned small business, or 8(a) contractor); (c) Offeror's Joint Venture information, if applicable - existing and potential. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine how to proceed with the procurement. All interested contractors should notify this office in writing preferably by email or mail by 5:00 P.M. Pacific Time on 11 March 2015. Submit response and information to James Garror, James.E.Garror@usace.army.mil, US Army Corps of Engineers, San Francisco District, 1455 Market Street, Suite 1741B, San Francisco, CA 94103-1398. Contracting Office Address: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 Point of Contact(s): James E. Garror Phone: 415-503-6988
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-15-T-0005/listing.html)
 
Record
SN03639876-W 20150213/150211234700-b0e213a72606477bfcb66d22cbbcd1fb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.