Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
SOURCES SOUGHT

F -- Environmental Remediation Services to support the Military Munitions Response Program (MMRP)

Notice Date
8/17/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-16-Z-0020
 
Archive Date
10/1/2016
 
Point of Contact
Lisa L. Snead, Phone: 9042323420, Remi Eggers, Phone: 9042321139
 
E-Mail Address
lisa.l.snead@usace.army.mil, Remi.J.Eggers@usace.army.mil
(lisa.l.snead@usace.army.mil, Remi.J.Eggers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers (USACE), Jacksonville District is seeking sources for Environmental Remediation Services to support the Military Munitions Response Program (MMRP) at the National Training Center, Fort Irwin, California. CONTRACTING OFFICE ADDRESS: U.S. Army Corps of Engineers 701 San Marco Blvd. Jacksonville, FL 32207 INTRODUCTION: This is a SOURCES SOUGHT ANNOUNCEMENT to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The US Army Corps of Engineers, Jacksonville District is considering award of an IDIQ SATOC to provide remediation services at various munitions sites at the National Training Center, Fort Irwin, California. The Contract will support the Army's environmental cleanup program. The services include, but may not be limited to, the ability to: 1) characterize or determine the nature and extent of potential environmental contamination, 2) develop feasible or proposed approaches to the remediation/restoration of water and/or soils, 3) conduct environmental sampling and provide environmental monitoring services, 4) perform military munitions response activities, 5) prepare reports and 6) successfully negotiate with and obtain approval from applicable stakeholders on all phases of the environmental restoration process. This work will be conducted primarily under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and the Resource Conservation and Recovery Act (RCRA) although some state and local regulations, and DoD Directives may also apply. Because the primary place where the work will be performed is on an active duty installation, all personnel performing work on-site must be U.S. citizens with appropriate security clearances as required. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. CONTRACT/PROGRAM BACKGROUND: This is a new requirement, there are no incumbent contractors. REQUIRED CAPABILITIES: 1.Provide a discussion of your ability to perform the above stated efforts, experience in working with Federal cleanup programs (particularly DoD) associated with the detection and remediation of munitions and explosives of concern (MEC), the ability to address commingled MEC, and Munitions Constituents (MC) during all phases of the CERCLA and RCRA processes, and experience in achieving site closeout with appropriate Federal, state and local environmental cleanup requirements under a fixed price contractual arrangement. In addition, provide input on how to mitigate the following risks: a. The Contractors must provide an experienced workforce capable of performing services to achieve project requirements as outlined in Task Orders. Contractors must have experience with the unique requirements of environmental fieldwork, sampling and analysis, report writing, and the requirements of the Regulators. Additionally, the Contractors must manage the requirement for obtaining and implementing all necessary permits, licenses and certificates. b. Contractors must be able to anticipate and proactively address reasonable deviations in system operations and regulatory requirements to optimize system performance and schedule. Additionally, Contractors must appropriately plan to minimize external project impacts as well as implement proper response actions if planning fails. c. Contractors must enforce a Quality Control (QC) Program to ensure consistency in all aspects of execution of all Task Orders. Contractors must be able to develop and proactively manage a Project Management Plan (PMP) and Technical Project Planning (TPP) documents throughout the duration of the period of performance. Contractors must be prepared to conduct remedial investigations, establish Proposed Plans (PP)/Decision Documents (DD) and perform Feasibility Studies (FS) for Munitions Response Sites. 2. To facilitate in making a capability determination, provide a brief outline of past performance/previous experience (within the past 5 years) on similar type work (i.e., fixed-price remediation) to include dollar value, Contracting Organization, Contract number, prime or subcontract designation, type of work involved, complexity, timeframe, and government or commercial, as well as address the following: •Corporate experience managing performance-based acquisitions; •Corporate experience conducting and overseeing all aspects of technical and administrative work described above, on contracts that exceed $5 million in value; •Corporate experience integrating multiple subcontractors in meeting performance objectives; •Demonstrated experience working on large, active federal installations; and •Corporate experience performing remedial requirements on MEC. 3. Information to help determine if the environmental remediation services 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. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 562910, with the corresponding size standard of 750 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist US Army Corps of Engineers, Jacksonville District in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Firms must be able to meet the performance of work requirements IAW FAR 52.219-14 (SB and 8(a)); FAR 52.219-3(HUB-Zone); FAR 52.219-29(EDWOSB) and FAR 52.219-27 (SDVOSB). SUBMISSION DETAILS: Responses should include: 1)Business name and address; 2)Name of company representative and their business title; 3)Type of Small Business (8(a), Service-disabled Veteran Owned, HUBZone, Small Disadvantaged Business, Woman Owned, Minority, Native American, Small Business, etc.) 4)Cage Code 5)Firm's capability to perform a contract of this magnitude and complexity 6)Brief description of previous projects (within the past 5 years) -project name, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples 7)Firm's Joint Venture information if applicable. 8)Ability to obtain Government facility clearances to the SECRET level. 9)Our firm will be proposing as: a.Sole Contractor; b.Prime Contractor performing at least 50% of the work with subcontractor(s); c.Prime Contractor performing at least 50% of the work with the following team member subcontractor(s) (Insert Business name, business size, cage code, and work which would be subcontracted; or d.Joint Venture with (Insert Business name, business size, cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b)). Vendors who wish to respond to this should send responses via email NLT 16 September 2016, 3:00 PM Eastern Time to Ms. Lisa Snead, lisa.l.snead@usace.army.mil. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Interested businesses should submit a brief capabilities statement package (no more than seven pages) demonstrating ability to perform remediation services with the complexity and magnitude as listed in this Sources Sought Announcement. Personal visits for the purpose of discussing this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-Z-0020/listing.html)
 
Place of Performance
Address: National Training Center Ft. Irwin, Ft Irwin, California, 92310, United States
Zip Code: 92310
 
Record
SN04228187-W 20160819/160817235104-7e35d79bf6a87e5208cd209496d3bf8b (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.