MODIFICATION
F -- SAMPLING SERVICES FOR STRATFORD ARMY ENGINE PLANT (SAEP) - 2ND NOTICE
- Notice Date
- 6/24/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, Fort Sam Houston, TX 78234-1361
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-15-R-0063
- Response Due
- 6/30/2015
- Archive Date
- 8/23/2015
- Point of Contact
- Dana M Walker, 210-466-2235
- E-Mail Address
-
MICC Center - Fort Sam Houston (JBSA)
(dana.m.walker.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract to procure additional sediment testing of the Tidal Flats at the Stratford Army Engine Plant (SAEP), Stratford, Connecticut and preparation of a Remedial Action Plan (RAP) for the sediment remediation on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB)), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The Tidal Flats sediment collection, analyses, data development, and report and the Remedial Action Plan development are part of a very complex project that is approximately 75% complete and needs intensive background knowledge of the environmental history of the site, issues, and negotiations with the Connecticut Department of Energy and Environmental Protection (CT DEEP) to bring to fruition. Amec Foster Wheeler completed the predecessor sampling, analyses, and report and was intimately involved with all of the past information and the evolution of the CT DEEP's concerns and exactly what they want in their future requirements. Amec's institutional knowledge is critical to expediting this very time sensitive project forward. Prompt award and quick completion is paramount to resolving the issues with CT DEEP and completing the excessing of SAEP. Delays in getting this project completed will threaten the viability of redeveloping the property and result in increased concern at the local, state, and Congressional political level. Changing vendors at this point would result in additional delays caused by the necessity of integrating a new contractor to the Army team with a steep learning curve as the new vendor reviewed the existing data, analyzed the existing analyses, reviewed the previous submissions, met with and corresponded with the regulator to restart the process, and developed a new sampling plan based on CT DEEP input. The proposed sole source Firm-Fixed-Price contract to Amec Foster Wheeler Environment and Infrastructure, Inc. for sediment testing of the SAEP Tidal Flats and the RAP. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached is the draft Statement of Work. This notice does not constitute a Request for Quote (RFQ) / Invitation for Bid (IFB) / Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry (FedBizOpps). It is the responsibility of potential offerors to monitor FedBizOpps for additional information pertaining to this requirement. The North American Industry Classification System (NAICS) code is 541620, Environmental Consulting Services, size standard $15.0M. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Please note respondents are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in the response. The Government will not return any information submitted in response to this notice. Responses or inquiries about this sources sought notice shall be submitted on or before close of business 30 June 2015 via email to Mr. Dana Walker at dana.m.walker.civ@mail.mil. The subject of your email must include your company's legal name, state the nature of your email, and include the SSS Solicitation Number W9124J-15-R-0063. In response to this notice, please: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. If you believe that this action is unreasonably restricting competition contact the Mission and Installation Contracting Command (MICC) Advocate for Competition, Mr. Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419. Include the subject of the acquisition, this announcement, and the MICC point of contact information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Furnish the name of the firm, point of contact, phone number, email address, Data Universal Numbering System number, Commercial and Government Entity code, business size (large or small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures, or teaming arrangements that will be pursued, if any. 4. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Provide information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Submit recommendations to improve the Army's approach/specifications/draft PWS/SOW to acquiring the identified services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/054b5aeb23ee1cf500ec0658f765ab26)
- Place of Performance
- Address: Stratford Army Engine Plant (SAEP) 550 South Main Street Stratford CT
- Zip Code: 06614-1022
- Zip Code: 06614-1022
- Record
- SN03774613-W 20150626/150624235006-054b5aeb23ee1cf500ec0658f765ab26 (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 |