Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
MODIFICATION

F -- Environmental Services, White Sands Missile Range

Notice Date
9/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-16-R-ENVI
 
Response Due
10/23/2015
 
Archive Date
11/23/2015
 
Point of Contact
Regina Belford, 575 678-1931
 
E-Mail Address
MICC - White Sands Missile Range
(regina.c.belford.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE/ INVITATION FOR INDUSTRY COMMENTS FOR ENVIRONMENTAL SERVICES Change 1 ** It is anticipated that this will be an 8(a)competitive award.** This is a Sources Sought Notice and Invitation for Industry Comments ONLY. The Mission and Installation Contracting Command (MICC), White Sands Missile Range, NM is conducting a sources sought synopsis (SSS)/Invitation for Industry Comments pursuant to FAR Part 10-Market Research. The Government is seeking responses to this SSS from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories, particularly the 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns), are highly encouraged to identify capabilities in meeting the requirement at a fair market price. Provide suggestions by and among small business concerns. Describe any conditions if any that may limit small businesses from participation. This notice is issued solely for information and planning purposes - it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry, Federal Business Opportunities (FBO) or FedBizOpps. It is the responsibility of potential offerors to monitor FBO for additional information pertaining to this requirement. The expected NAICS code is 541620 Environmental Consulting Services, with a size standard of $15M as measured by total revenues. The requirement is presently being fulfilled through current contract # W9124Q-13-D-0004. The anticipated period of performance is one base year of 12 months, and four 12-month option years. Attached is the draft Performance Work Statement. The anticipated need, Environmental Services, shall include, but is not limited to, Resource Conservation and Recovery Act (RCRA) hazardous waste handling and management, solid waste, recycling, hazardous materials, spill response, sampling, remediation, disease vector decontamination (Hantavirus), asbestos sampling and abatement, and Petroleum, Oil and Lubricants (POL) management. This requirement also includes National Environmental Policy Act (NEPA), Environmental Assessments (EA), Environmental Impact Statements (EIS), Record of Environmental Considerations (REC), archaeological and biological surveys, and Integrated Training and Testing Area Management (ITAM) under the Sustainable Range Program. This contract shall conform to Department of Defense (DoD), Army, WSMR, Occupational Safety and Health Act (OSHA), Department of Transportation (DOT), New Mexico Environment Department (NMED) and Environmental Protection Agency (EPA) regulations. In response to this sources sought notice, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 2. 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. 3. 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. 4. Include information to assist in determining if the requirement 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. 5. Identify how the Army can best structure this requirement to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Include recommendations to improve the approach/specifications/draft Performance Work Statement for performing the contemplated services? 8. What contract types would your business recommend for the anticipated services described in the Performance Work Statement (i.e. Requirements Contract, IDIQ Contract, etc.)? Include rationale for the contract type suggested. 9. What NAICS code would you recommend for the contemplated services? 10. Identify any laws or regulations that may be unique to the requirement. 11. What are the cost driving factors for this type of a service? 12. What contract evaluation factors are commonly utilized to evaluate a requirement of this type? 13. What methods and metrics for contract surveillance would represent the best indicators of performance for the tasks in the draft SOW? 14. Does your company currently possess the in-house capabilities to perform all of the taskings within the draft Performance Work Statement? 15. If you don't have in-house capability, how do you propose to be able to support the varying requirements? 16. What CLIN structure do you recommend for this requirement? 17. Please describe what tasks your company would need to accomplish during a phase-in period in order to commence full performance. How long would you need in order to accomplish this? 18. Please provide any general questions or clarifications in regards to the work outlined within the draft Performance Work Statement. Request response by 23 October 2015, 09:00 AM Mountain Time. Return information via e-mail to Regina Belford at Regina.c.belford.civ@mail.mil. If you have any questions or need more information, please contact Regina Belford through the above email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0079ff25b4d6362d9859da51ac19239e)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN03902701-W 20150926/150925000325-0079ff25b4d6362d9859da51ac19239e (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.