Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2017 FBO #5817
SOURCES SOUGHT

U -- Spill Prevention and Response Exercise

Notice Date
10/25/2017
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
 
ZIP Code
22060-6222
 
Solicitation Number
SP0600-13-D-5310
 
Point of Contact
Ursula D Waibel, Phone: 7037672928, Heather Adams,
 
E-Mail Address
ursula.waibel@dla.mil, heather.adams@dla.mil
(ursula.waibel@dla.mil, heather.adams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis Description: Spill Prevention and Response Exercise Combined Sources Sought/Sole Source Intent Notification Spill Prevention and Response Exercise (SPRE) contract. Defense Logistics Agency Energy (DLA) Energy, Bulk Petroleum Supply Chain Services, Environmental Services Branch (FESAC), has a requirement to perform non-personal services that can provide spill prevention and response exercises in accordance with applicable regulatory requirements (e.g. 40 CFR 112, 33 CFR 154, etc.). Services require (but are not limited to): National Preparedness for Response Exercise Program (PREP) conformant exercises Utilization of spill trajectory modeling, such as PISCES II, that can spontaneously provide site-specific spill behavior and spill reaction to deployed spill response equipment Proactive scheduling - dates acceptable to the installation (30-day minimum lead time) Development of site-specific course curriculum based on installation's spill plan Capability to provide professional-quality site-specific training materials for each exercise Ability to provide qualified personnel at multiple locations simultaneously to accommodate the number of annual exercises Personnel requirements (personnel qualified to accomplish the requirements prior to commencement of work - skills, knowledge, abilities, training, and be eligible for common access card (CAC) issuance (e.g. pass security clearance to obtain CAC.) •o Supervisory personnel •o Administrative personnel •o Instructor requirements: -Real-world, on-scene spill response experience. -Conduct equipment deployment exercises in challenging outdoor locations -Read, write, speak, and understand English -Able to instruct in a manner that is clearly understandable by the students -Overseas travel (Obtain/maintain a passport, endure long flights, etc.) -Able to read installation spill response plans and apply requirements to exercise -Able to obtain/maintain driver's licenses, to include international driver's licenses, when public transportation is inadequate to support required work. This announcement is posted as a notification of the Government's intent to enter into a sole source contract extension under the authority of FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The requirements will be fulfilled through exercising the contract clause INT-I209.03 EXTENSION PROVISION (STORAGE) (DLA ENERGY SEP 1991). The associated North American Classification System (NAICS) code is 541620 with a size standard of $15 million. The period of performance is six (6) months from February 1, 2018 through July 31, 2018 with multiples places of performance. This pre-solicitation notice is not a request for competitive proposals. All responsible sources may submit a capability statement in response to this notice. Any capability statements received by the closing date will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This determination will be based upon the responses to this notice and is solely within the discretion of the Government. The closing date for the receipt of responses are due no later than 3:00 p.m., October 30, 2017. Offers shall be submitted electronically to Ms. Ursula Waibel at Ursula.Waibel@DLA.mil in the following format: Submissions should not exceed five - 8.5 x 11 inch pages. The point of contact for this notice is Ursula Waibel and Heather M.I. Adams. Email: Ursula.Waibel@DLA.mil and Heather.Adams@DLA.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-13-D-5310/listing.html)
 
Place of Performance
Address: Multiple, United States
 
Record
SN04722479-W 20171027/171025230931-019398a2ffa296b878602d4c6af5106a (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.